15
SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS) BATANES FOR THE PHILIPPINE NAVY (PN) Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097) Page 1 of 15 JOINT BIDS AND AWARDS COMMITTEE Supplemental Bid Bulletin No. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS) BATANES FOR THE PHILIPPINE NAVY (PN) Bid Reference No. MPG-JB-2017-225 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097) Approved Budget for the Contract (ABC): P 158,640,000.00 This Supplemental Bid Bulletin No. 3 is being issued in response to the clarification received from prospective bidder per letter dated 19 October 2017. FROM TO Section III. Bid Data Sheet A. Eligibility Documents Class “A” Documents vii. Statement of All Completed Government and Private Infrastructure Contracts Implemented in the Province of Batanes within the last Ten (10) Years (Revised Annex I-B) Per Supplemental Bid Bulletin No. 1 vii. Deleted viii. xxx vii. xxx ix. xxx viii. xxx x. xxx ix. xxx xi. xxx x. xxx xii. xxx xi. xxx Class “B” Documents c) Submission of the following by any of the JV partners constitute compliance: (a) xxx (b) xxx (c) Statement of All Completed Government and Private Infrastructure Contracts Implemented in the Province of Batanes within the last Ten (10) Years (Revised Annex I-B) Per Supplemental Bid Bulletin No. 1 c) Submission of the following by any of the JV partners constitute compliance: (a) xxx (b) xxx (c) Deleted

JOINT BIDS AND AWARDS COMMITTEE … Supplemental Bid Bulletin No. 3 is ... Per Supplemental Bid Bulletin No ... 12.1.a.viii Valid and current Philippine Contractors Accreditation Board

  • Upload
    ngotu

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 1 of 15

JOINT BIDS AND AWARDS COMMITTEE

Supplemental Bid Bulletin No. 3

DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS) BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-225 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Approved Budget for the Contract (ABC): P 158,640,000.00

This Supplemental Bid Bulletin No. 3 is being issued in response to the clarification received from prospective bidder per letter dated 19 October 2017.

FROM TO

Section III. Bid Data Sheet

A. Eligibility Documents

Class “A” Documents

vii. Statement of All Completed Government and Private Infrastructure Contracts Implemented in the Province of Batanes within the last Ten (10) Years (Revised Annex I-B)

Per Supplemental Bid Bulletin No. 1

vii. Deleted

viii. xxx vii. xxx

ix. xxx viii. xxx

x. xxx ix. xxx

xi. xxx x. xxx

xii. xxx xi. xxx

Class “B” Documents

c) Submission of the following by any of the JV partners constitute compliance:

(a) xxx

(b) xxx

(c) Statement of All Completed Government and Private Infrastructure Contracts Implemented in the Province of Batanes within the last Ten (10) Years (Revised Annex I-B)

Per Supplemental Bid Bulletin No. 1

c) Submission of the following by any of the JV partners constitute compliance:

(a) xxx

(b) xxx

(c) Deleted

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 2 of 15

(d) xxx

(e) xxx

(c) xxx

(d) xxx

Section VI. Bidding Forms

Revised Annex I-B Per Supplemental Bid Bulletin No. 1

Deleted

QUERY FROM

ANTONIO J. S. MARCHADESCH

PITC/PN RESPONSE

In reference to the above stated Design and Build Project of the Philippine Navy in Batanes, may we please be clarified on the following provision in the Bid Document which states that:

“The contractor must cite the infrastructure project done in the Province of Batanes within the last Ten (10) years.”

Would this mean that if the contractor did not have any project at all in the Province of Batanes that disqualifies the interested bidder from joining the bidding?

Revised Annex I-B (per Supplemental Bid Bulletin No. 1) is DELETED per this Supplemental Bid Bulletin No. 3

Bidders are advised to use and submit the required documents for the Bid Opening on 27 October 2017, 10:00 AM. Also, please use the 2nd Revised Checklist of Requirements as reference. This Supplemental Bid Bulletin No. 3 shall form part of the Bid Documents. Any provisions in the Bid Documents inconsistent herewith is hereby amended, modified and superseded accordingly. For guidance and information of all concerned.

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 3 of 15

Issued this 20th day of October 2017 in Makati City. Approved by:

ATTY. MA. VICTORIA C. MAGCASE

Chairperson

MARIO M. LEYGO

Vice Chair

CHRISTABELLE P. EBRIEGA

Member

MYRA CHITELLA T. ALVAREZ

Member

ATTY. MARIA GUDELIA C. GUESE

Member

Concurred by:

LT. ERIC S. IGLESIA PN

BAC Provisional Member

Received by (PLS SIGN) :

Bidder’s Name (PLS PRINT) :

Date :

PLEASE RETURN OR FAX THIS PORTION ONLY TO THE PITC JBAC

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 4 of 15

JOINT BIDS AND AWARDS COMMITTEE

2nd REVISED CHECKLIST OF REQUIREMENTS

Note: In order to facilitate efficiency in evaluating all the documents submitted by the prospective bidders / contractors, all prospective bidders are hereby encourage to put tabs in all documents to be submitted with the same number as included in the Bid Documents

Name of Company :

Name of Project : DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS) BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Ref. No. : MPG-JB-2017-225 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-075)

APPROVED BUDGET FOR THE CONTRACT: P 158,640,000.00

Per Bid Docs

Item No. Particulars

A. ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS

12.1 In accordance with Clause 3.3 of the Instructions to Bidders, the bid, except for the unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the Bidder.

12.1.a.i Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

12.1.a.ii Business/Mayor’s Permit for 2017 issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas;

12.1.a.iii Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR;

12.1.a.iv Copy of Audited Financial Statements for 2016 and 2015 (in comparative form or separate reports):

a) Independent Auditor’s Report;

b) Balance Sheet (Statement of Financial Position); and

c) Income Statement (Statement of Comprehensive Income).

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 5 of 15

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR

Submission of valid and current Certificate of PHILGEPS Registration (Platinum Membership) together with Annex A in lieu of items (i), (ii), (iii) and (iv) above.

*Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of Certificate of PHILGEPS Registration (Platinum Membership). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents including the Audited Financial Statements for 2016 and 2015 (stamped received by the BIR or its duly accredited and authorized institution) together with the Platinum Registration.

In case the bidder opts to submit their Class “A” Documents, the Certificate of PHILGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184. “GPPB Circular 07-2017 dated 31 July 2017”

12.1.a.v Statement of All Ongoing Government and Private Contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Annex I)

12.1.a.vi Statement of All Ongoing Government and Private Design and Build Contracts, including contracts awarded but not yet started, if any (Annex I-A).

12.1a.vii Statement of Single Largest Completed Design and Build Contract equivalent to at least fifty (50%) of the total ABC of the project (Annex I-C);

For purposes of this project, similar contracts shall refer to contracts involving design and construction of buildings.

Any of the following documents must be submitted/attached corresponding to the listed completed largest contracts per Annex I-A:

(a) Constructor’s Performance Evaluation System (CPES) Final Rating which must be Satisfactory, or

(b) Owner’s Certificate of Acceptance, or

(c) Owner’s Certificate of Completion

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 6 of 15

12.1.a.viii Valid and current Philippine Contractors Accreditation Board (PCAB) license with Classification/Category in General Building/General Engineering with Minimum License Category of A and Minimum Size Range of Medium B. The PCAB license must indicate “PCAB registered contractor for Government Projects.”

12.1.a.ix Valid and current licenses issued by Professional Regulation Commission (PRC) for the following Design Professionals to be assigned to the project:

(a) Project-In-Charge (Architect or Civil Engineer)

(b) Structural / Civil Engineer

(c) Design Architect

(d) Project Engineer (Civil Engineer) on Site

(e) Assistant Project Engineer (Civil Engineer) on Site

(f) Project Architect on Site

12.1.a.x Curriculum Vitae for the following Design Professionals to be assigned to the project:

(a) Project-In-Charge (Architect or Civil Engineer)

(b) Structural / Civil Engineer

(c) Design Architect

(d) Project Engineer (Civil Engineer) on Site

(e) Assistant Project Engineer (Civil Engineer) on Site

(f) Project Architect on Site

12.1.a.xi Duly signed NFCC computation (Annex II)

ABC NFCC must be at least equal to

P 158,640,000.00 P 158,640,000.00

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 7 of 15

CLASS “B” DOCUMENTS (For Joint Venture)

12.a For Joint Ventures, Bidders to submit either:

(i) Copy of the JOINT VENTURE AGREEMENT (JVA)

12.b Each JV partner, must also submit the following:

(i) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

(ii) Business/Mayor’s permit for 2017 issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas;

(iii) Valid and Current Tax Clearance issued by Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

(iv) Copy of Audited Financial Statements for 2016 and 2015 (in comparative form or separate reports):

(a) Independent Auditor’s Report;

(b) Balance Sheet (Statement of Financial Position); and

(c) Income Statement (Statement of Comprehensive Income).

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR

Submission of valid and current Certificate of PHILGEPS Registration (Platinum Membership)*) together with Annex A.

*Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PhilGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents including Audited Financial Statements for 2016 and 2015 (stamped received by the BIR or its duly accredited authorized institutions) together with the Platinum Registration

In case the JV Partners opt to submit their Class “A” Documents, the Certificate of PHILGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 8 of 15

of the 2016 Revised IRR of RA 9184. “GPPB Circular 07-2017 dated 31 July 2017”

For other required Class “A” Eligibility Documents, submission by any of the partner(s) constitutes collective compliance.

12.c Submission of the following by any of the JV partners constitute compliance:

(a) Statement of All Ongoing Government and Private Contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Annex I).

(b) Statement of All Ongoing Government and Private Design and Build Contracts, including contracts awarded but not yet started, if any (Annex I-A).

(c) Statement of Single Largest Completed Design and Build Contract equivalent to at least fifty (50%) of the total ABC of the project (Annex I-C);

(d) Duly signed Certificate of Net Financial Contracting Capacity (NFCC) per Annex II

12.d Entities forming themselves into a Joint Venture shall likewise submit an additional PCAB license to act in the capacity of such joint venture.

B. TECHNICAL DOCUMENTS

12.b.i Bid security must be issued in favor of the Philippine International Trading Corporation, in any of the following forms:

(a) Bid Securing Declaration per Annex III;

(b) Cashier’s Check or Manager’s Check* equivalent to at least 2% of the ABC;

(c) Bank Guarantee/Bank Draft of Irrevocable LC* equivalent to at least 2% of the ABC; OR

(d) Surety Bond callable upon demand equivalent to at least 5% of the ABC.

*Must be issued by a Local Universal or Local Commercial Bank

Description Qty/ Unit

ABC (PhP) (VAT

Inclusive) Bid Security

Lot Price 2% of ABC 5% of ABC

Design and Build of Forward Operating Base (FOB) and Littoral Observatory Stations (LOS) Batanes

1 Lot 158,640,000.00 3,172,800.00 7,932,000.00

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 9 of 15

Notes:

(a) The Cashier’s/Manager’s check shall be issued by a Local Universal or Commercial Bank.

(b) The Bank Draft/Guarantee or Irrevocable Letter of Credit shall be issued by a Local Universal or Local Commercial Bank; or

(c) Should bidder opt to submit a Surety Bond as Bid Security, the surety bond must conform with the following:

(1) Issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such bond. Together with the surety bond, a copy of a valid Certification from Insurance Commission must be submitted by the bidder which must state that the surety or insurance company is specifically authorized to issue surety bonds.

(2) Callable upon demand

(3) Must specify the grounds for forfeiture of bid security as stated in Section II, ITB Clause 18.5, to wit:

IF A BIDDER:

i. withdraws its bid during the period of bid validity specified in ITB Clause 17;

ii. does not accept the correction of errors pursuant to ITB Clause 27.3(b);

iii. has a finding against the veracity of the required documents submitted as stated in ITB Clause 29.2; or

iv. submission of eligibility requirements containing false information or falsified documents;

v. submits bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

vi. allowing the use of one’s name, or using the name of another for purposes of public bidding;

vii. withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 10 of 15

viii. refusal or failure to post the required performance security within the prescribed time;

ix. refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

x. any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;

xi. failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

xii. all other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reason.

IF THE SUCCESSFUL BIDDER:

xiii. fails to sign the contract in accordance with ITB Clause 31; or

xiv. fails to furnish performance security in accordance with ITB Clause 32.

12.b.ii Completed and signed Technical Bid Form (Annex IV)

12.b.iii Affidavit of Undertaking for the Project’s Design Parameters and Layout / Plans (Annex VI)

12.b.iv Duly conformed Requirements for Bidder’s Design Presentation (Annex VI-A)

12.b.v Duly conformed Minimum Equipment List (Annex VI-B)

12.b.vi Valid and Current Radio Communication Equipment (RCE) Manufacturer / Dealer / Service Center Permit issued by the National Telecommunications Commission (NTC) in favor to the bidder’s supplier

12.b.vii Valid and Current Shore-based Maintenance Entity Permit issued by the National Telecommunications Commission (NTC) in favor to the bidder’s supplier

12.b.viii Project Requirements, which shall include the following:

1) Preliminary Conceptual Design Plans (in Size A3) in accordance with the degree of details specified in the Project’s Terms of Reference (Annex V) with the following:

a. Perspectives and Floor Plan

b. Conceptual Development Plan (Site Development Plan)

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 11 of 15

2) Design Parameters in accordance with the degree of details specified in the Project’s Terms of Reference (Annex V);

3) Organizational chart (in Size A3) for the contract to be bid;

4) List of contractor’s design and construction personnel (viz, Project Manager, Project Engineer, Materials Engineer, and Foreman), to be assigned to the contract to be bid, with their complete qualification and experience data;

5) List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project.

6) Value engineering analysis of design and construction method;

7) Additional documents to include:

a) Design and Construction Methods

b) Design and Construction Schedule (in Gantt Chart and S-Curve Format) (in Size A3)

c) Manpower Schedule (in Gantt Chart and S-Curve Format) (in Size A3)

d) Equipment Utilization Schedule (in Gantt Chart and S-Curve Format) (in Size A3)

12.b.ix Product Brochure of the brand/model being offered showing compliance to the technical specifications for the following items:

For Equipment:

a) Split-Type Airconditioning System (Variable Refrigerant Flow)

b) Fire Protection System

c) Generator Set for the Building

d) Solar Powered Lighting System (Perimeter Lights)

For Furniture and Other Furnishing:

a) Executive Table With Chair

b) Executive Wall Cabinet

c) Visitor’s Chair

d) Sofa Set with Side Tables

e) Super Work Station with Staff Chair and Visitor’s Chair

f) Rank and File Work Station with Staff Chair

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 12 of 15

g) Counter-type Tellering Cubicle with Chair

h) Secretary Table with Chair and Visitor’s

i) Meeting Cubicles with Working Tables and Chairs

j) Field Personnel Working Desk with Chair

k) Common Conference Table with Chair

l) Board Room Conference Table and Chairs

m) Space Saver Storage Shelves Filling System

n) Coffee Table with Chairs

o) Other Miscellaneous Furniture

i. Security and Information Desk Chair

ii. Overhead Cabinets

iii. Department and Division Secretary Desk

iv. Tablet Chair/Arm Chair for Commercial Briefing Room

v. Reception Secretary Desk with Chair

vi. Secretary Table and Chair

vii. Pantry Cabinets

viii. Data Logger Rack Cabinets

ix. Library Tables, Chairs and Book Shelves

x. Canteen Dinning Table and Chairs

xi. Mono Block Chairs for Multi-Purpose Conference Hall

For Communication Electronic Information System (CEIS) Equipment

a) HF Radio Transceiver Primary (Mil spec)

b) HF Radio Transceiver Secondary (Commercial)

c) HF Data Comms

d) Voice Encryption Device

e) VHF/UHF Multiband Radio (Handheld)(Mil Specs)

f) VHF Air Band Radio (Base)

g) VHF Marine Band Radio (Base)

h) UHF Radio Transceiver (Base)

i) UHF Radio Transceiver (Handheld)

j) Satellite Phone with Satellite Dock

k) Video Tele-Conferencing Camera

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 13 of 15

l) Data Cabinet

m) Radio Rack

n) IP Radio

o) LED Monitor

p) Cable TV

q) Desktop Computer

r) Printer Ink Jet

s) Conference System

t) Internet Terminal with 1 yr Subscription (7Mbps)

u) CCTV System

v) Generator Set 20KVA Minimum

w) Automatic Voltage Regulator (AVR) Output Power: 5KVA

x) Power Supply Unit

y) Uninterrupted Power Supply (Output: 650 watts)

z) Uninterrupted Power Supply (Output: 2KVA)

aa) 8D Battery

12.b.x List of Authorized Services Center/s in the Philippines with available spare parts, indicating address, telephone & fax numbers, email address and contact person for the following items:

In the event of closure of business, termination of franchisee / service center, the supplier shall notify the PN accordingly of the new service centers with telephone numbers and address who can provide the needed parts, supplies and service.

For Equipment:

a) Split-Type Airconditioning System (Variable Refrigerant Flow)

b) Fire Protection System

c) Generator Set for the Building

d) Solar Powered Lighting System (Perimeter Lights)

For Communication Electronic Information System (CEIS) Equipment

a) HF Radio Transceiver Primary (Mil spec)

b) HF Radio Transceiver Secondary (Commercial)

c) HF Data Comms

d) Voice Encryption Device

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 14 of 15

e) VHF/UHF Multiband Radio (Handheld)(Mil Specs)

f) VHF Air Band Radio (Base)

g) VHF Marine Band Radio (Base)

h) UHF Radio Transceiver (Base)

i) UHF Radio Transceiver (Handheld)

j) Satellite Phone with Satellite Dock

k) Video Tele-Conferencing Camera

l) IP Radio

m) Conference System

n) Internet Terminal

o) CCTV System

12.b.xi Valid and current ISO Certification in the name of the manufacturer of the equipment being offered issued by an Independent Certifying Agency for the following items:

For Equipment:

a) Generator Set

For Communication Electronic Information System (CEIS) Equipment

a) HF Radio Transceiver Primary (Mil spec)

b) HF Radio Transceiver Secondary (Commercial)

c) HF Data Comms

d) Voice Encryption Device

e) VHF/UHF Multiband Radio (Handheld)(Mil Specs)

f) VHF Air Band Radio (Base)

g) VHF Marine Band Radio (Base)

h) UHF Radio Transceiver (Base)

i) UHF Radio Transceiver (Handheld)

j) Satellite Phone with Satellite Dock

k) Video Tele-Conferencing Camera

l) IP Radio

m) Internet Terminal

12.b.xii Certification of Site Inspection issued by PN’s Authorized Representative

SUPPLEMENTAL BID BULLETIN NO. 3 DESIGN AND BUILD OF FORWARD OPERATING BASE (FOB) AND LITTORAL OBSERVATORY STATIONS (LOS)

BATANES FOR THE PHILIPPINE NAVY (PN)

Bid Reference No. MPG-JB-2017-097 (Rebid) (Previous Bid Ref. No. MPG-JB-2017-097)

Page 15 of 15

12.b.xiii Certificate of Performance Evaluation (per Annex VII) showing a rating of at least Satisfactory, issued by the Bidder’s client of the Single Largest Completed Design and Build Contract per submitted Annex I-A

12.b.xiv Certificate of Filing or Non-Filing of Cases (Annex VIII)

12.b.xv Proof of Authority of the designated representative/s for purposes of this bidding.

1) Duly notarized Special Power of Attorney - For sole proprietorship if owner opts to designate a representative/s; or

2) Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s, issued by the corporation, cooperative or the members of the joint venture

12.b.xvi Omnibus Sworn Statements using the form prescribed. (Annex IX)

a) Authority of the designated representative

b) Non-inclusion in blacklist or under suspension status

c) Authenticity of Submitted Documents

d) Authority to validate Submitted Documents

e) Disclosure of Relations

f) Compliance with existing labor laws and standards

g) Bidders Responsibilities

h) Did not pay any form of consideration

FINANCIAL COMPONENT 13.1 a) Financial Bid Form per Revised Annex X

b) Bill of Quantities

c) Detailed estimates including summary sheet indicating the unit prices of construction materials, labor rates and equipment rentals used in coming up with the bid

d) Cash Flow per Quarter

e) Payments Schedule

Note: 1. In case of inconsistency between the Checklist of Requirements for bidders and the provisions in the Instructions to Bidders and Bid Data Sheet, the Instructions to Bidders and Bid Data Sheet shall prevail.

2. In order to facilitate efficiency in evaluating all the documents submitted by the prospective bidder/supplier, we encourage all prospective bidders to put tabs in all documents to be submitted with the same number as indicated in this Eligibility, Technical and Financial Documents Checklist.