22
F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 1 development academy of the philippines ISO 9001:2015 Certified CIP/4045/08/06/579 BIDS & AWARDS COMMITTEE per SO#2016-092A dated November 24, 2016 Official Bid Documents ( ) Part 1 ELIGIBILITY DOCUMENTS NOTE: This OBD has been largely lifted from the template called Philippine Bidding Documents (Consulting Services), 4 th Edition (December 2010) prepared by GPPB. Some changes have been made to suit the requirements of the development academy of the philippines (dap) as the Procuring Entity for ONE LOT CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION MANAGEMENT SERVICES (CMS) FOR THE PRE- CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION WORKS INCLUDING SITE DEVELOPMENT FOR DAP CONFERENCE CENTERS NEW TRAINING BUILDING IN TAGAYTAY CITY FOR PURPOSES OF STRENGTHENING THE CAPACITY OF DEVELOPMENT ACADEMY OF THE PHILIPPINES TO PROVIDE BOTH GENERAL AND HIGHLY SPECIALIZED TRAINING COURSES FOR GOVERNMENT OFFICIALSwith an Approved Budget for the Contract (ABC) of P25,000,000. 00 per Invitation to Bid No: IB16-377123-09 DAP Bldg., San Miguel Avenue, Pasig City 1600 P.O. Box 12788, Ortigas Center, Pasig City 1600 Telephone: (632) 631 2142; Telefax (632) 633 5570 website: http://www.dap.edu.ph Email address of BAC Secretariat: [email protected]

Official Bid Documents - dap.edu.ph · discretionary “pass/fail” criterion as specified in the IRR of RA9184; e) Bidding is restricted to Filipino citizens/sole proprietorships,

  • Upload
    lethuan

  • View
    231

  • Download
    0

Embed Size (px)

Citation preview

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 1

development academy of the philippines ISO 9001:2015 Certified CIP/4045/08/06/579

BIDS & AWARDS COMMITTEE per SO#2016-092A dated November 24, 2016

Official Bid Documents

( ) Part 1

ELIGIBILITY DOCUMENTS NOTE: This OBD has been largely lifted from the template called Philippine Bidding Documents

(Consulting Services), 4th Edition (December 2010) prepared by GPPB.

Some changes have been made to suit the requirements of the

development academy of the philippines (dap) as the Procuring Entity

for

ONE LOT CONSULTING SERVICES FOR THE PROVISION OF

CONSTRUCTION MANAGEMENT SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION

WORKS INCLUDING SITE DEVELOPMENT FOR DAP CONFERENCE

CENTER’S NEW TRAINING BUILDING IN TAGAYTAY CITY FOR

PURPOSES OF “STRENGTHENING THE CAPACITY OF

DEVELOPMENT ACADEMY OF THE PHILIPPINES TO

PROVIDE BOTH GENERAL AND HIGHLY SPECIALIZED

TRAINING COURSES FOR GOVERNMENT OFFICIALS”

with an Approved Budget for the Contract (ABC)

of P25,000,000.00

per

Invitation to Bid No: IB16-377123-09

DAP Bldg., San Miguel Avenue, Pasig City 1600 P.O. Box 12788, Ortigas Center, Pasig City 1600

Telephone: (632) 631 2142; Telefax (632) 633 5570 website: http://www.dap.edu.ph

Email address of BAC Secretariat: [email protected]

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 2

TABLE OF CONTENTS Official Bid Documents

( ) Part 1

SECTION I. REQUEST FOR EXPRESSION OF

INTEREST .......................................................... 3

SECTION II. ELIGIBILITY DOCUMENTS .................... 6

SECTION III. ELIGIBILITY DATA SHEET ................ 11

SECTION IV. ELIGIBILITY DOCUMENT FORMS ....... 15

SECTION V. BID DOCUMENT CHECKLIST <FOR OBD:

PART1> ............................................................ 19

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 3

development academy of the philippines ISO 9001:2015 Certified CIP/4045/08/06/579

BIDS & AWARDS COMMITTEE per SO#2016-092A dated November 24, 2016

Section I. REQUEST FOR EXPRESSION

OF INTEREST

REQUEST FOR EXPRESSION OF INTEREST

FOR

“ONE LOT CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION MANAGEMENT

SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION

WORKS INCLUDING SITE DEVELOPMENT FOR DAP CONFERENCE CENTER’S NEW TRAINING

BUILDING IN TAGAYTAY CITY FOR PURPOSES OF “STRENGTHENING THE CAPACITY OF

DEVELOPMENT ACADEMY OF THE PHILIPPINES TO PROVIDE BOTH GENERAL AND

HIGHLY SPECIALIZED TRAINING COURSES FOR GOVERNMENT OFFICIALS”

a) The development academy of the philippines (DAP) through the Government of the

Philippines (GOP) through the approved GAA 2016, otherwise known as RA No.10717

intends to apply the sum of TWENTY FIVE MILLION PESOS ONLY (P25,000,000.00

) being

the Approved Budget for the Contract (ABC) to payments under the contract for “ONE LOT

CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION MANAGEMENT

SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION WORKS INCLUDING SITE DEVELOPMENT FOR DAP CONFERENCE

CENTER’S NEW TRAINING BUILDING IN TAGAYTAY CITY FOR PURPOSES OF

“STRENGTHENING THE CAPACITY OF DEVELOPMENT ACADEMY OF THE

PHILIPPINES TO PROVIDE BOTH GENERAL AND HIGHLY SPECIALIZED

TRAINING COURSES FOR GOVERNMENT OFFICIALS” per IB16-377123-09.

Bids received in excess of the ABC shall be automatically rejected at the opening of the

financial proposals;

b) The DAP now calls for the submission of eligibility documents for the above mentioned

requirement. Interested consultants may secure the Eligibility Documents Checklist from

the BAC Secretariat at the address below starting 29 December 2016 (Thu) from

9:00AM to 5:00PM upon payment of a non-refundable fee of FIVE THOUSAND

PESOS ONLY (P5,000.00

). Interested consultants must submit their eligibility

documents on or before 06 January 2017 (Fri), 10:00AM at the address below.

Applications for eligibility will be evaluated based on a non-discretionary “pass/fail”

criterion;

c) The BAC shall draw up the short list of consultants from those who have submitted their

eligibility documents and have been determined as eligible in accordance with the

provisions of Republic Act 9184 (RA9184), otherwise known as the “Government

Procurement Reform Act,” and its Implementing Rules and Regulations (IRR). The short

list of prospective bidders shall consist of the top seven (7) consultants. The criteria

and rating system for short listing are:

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 4

A. EXPERIENCE of the Firm (35pts):

sub-criteria: EXPERIENCE max

points requirements

A.1. Bidder’s / Firm’s years of existence in

business and registration status 5 15 years, minimum

A.2. Lists of all ongoing and completed

similar contracts and all other related

services completed

15 period covered should

be over the previous

ten (10) years

A.3. Work folio/sample of Construction

Management documentation of all similar

and all other completed projects

5 at least one (1) sample

A.4. Testimonials and Awards 5 if any, photocopy

or/and picture of

plaques

A.5. ISO certification 5 if any, photocopy of

the ISO Certification

must be submitted

maximum assignable points 35

B. QUALIFICATIONS (shall be culled from the submitted Curriculum Vitae) of KEY

PERSONNEL of the Firm (50pts):

sub-criteria: QUALIFICATIONS max

points requirements

B.1. Experience on similar or related to

Construction Management projects 20 info as listed in the

submitted CV

B.2. Educational background 10 Photocopy of the

degree/s, diplomas,

citation/s received

B.3. Applicable or related licenses/professional

accreditation 10 Photocopy of the

relevant and most

recent licenses

B.4. Honors/Awards received; membership in

PRC-accredited professional

organizations

5 if any

B.5. Professional and/or civic-affiliations 5 if any

maximum assignable points 50

C. CAPACITY relative to CURRENT WORKLOAD of the Firm (15pts):

sub-criteria: CAPACITY max

points requirements

C.1. Bidder/Firm’s current/on-going

workload to include value and size (in

terms of Pesos & SQM)

5 if any

C.2. Status (in terms of % completion) of the

current/on-going and similar projects 5 if any, submit photos

of the project/s

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 5

sub-criteria: CAPACITY max

points requirements

/contracts for the years 2016 and 2017

C.3. Enumerate the names of the Firm’s

[a] admin/support personnel; and

[b] professional or technical workforce

5 each name of

individual must

indicate the type of

engagement (whether

as an organic

personnel, partner,

retainer, consultant)

maximum assignable points 15

NOTE: To be eligible for inclusion in the short list, the interested Bidder must obtain a Minimum or Passing TOTAL RATING of SIXTY (60) points.

d) Bidding will be conducted through open competitive bidding procedures using non-

discretionary “pass/fail” criterion as specified in the IRR of RA9184;

e) Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations

with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens

of the Philippines;

f) The DAP shall evaluate bids using the Quality-Cost Based Evaluation (QCBE) procedure.

The technical proposal shall carry eighty percent (80%) and financial proposal twenty

percent (20%) weight in the bid evaluation. In the event of a tie in the top overall

rating, the Bidder with the lowest quoted financial proposal among the tied bidders shall

be declared as the highest rated bid. The criteria and rating system for the evaluation of

bids shall be provided in the Instructions to Bidders.

g) The contract shall be completed within three (3) years and/or co-terminus to the full

acceptance (whichever comes first) of the “New Training Building” inside the

DAPCC-Tagaytay ;

h) The DAP reserves the right to reject [1] any and all bids, or [2] annul the bidding process,

or [3] not award the contract at any time prior to contract award, without thereby

incurring any liability to the affected bidder or bidders.

i) For further information, please refer to:

MONINA A.R. DE ARMAS Head, BAC Secretariat Development Academy of the Philippines DAP Bldg., San Miguel Avenue, Pasig City 1600 P.O. Box 12788, Ortigas Center, Pasig City 1600 Philippines Tel. No.: (632) 631-2142; telefax:(632) 633-5570 website: http://www.dap.edu.ph BAC Secretariat e-mail address: [email protected]

<signed>

BERNARDO A. DIZON

Chairman, Bids and Awards Committee

Senior Vice-President for Services

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 6

Section II. ELIGIBILITY DOCUMENTS 1. ELIGIBILITY CRITERIA

1.1. The following persons/entities shall be allowed to participate in the bidding for

Consulting Services:

1.1.a) Duly licensed Filipino citizens/sole proprietorships;

1.1.b) Partnerships duly organized under the laws of the Philippines and of which at

least sixty percent (60%) of the interest belongs to citizens of the Philippines;

1.1.c) Corporations duly organized under the laws of the Philippines and of which

at least sixty percent (60%) of the outstanding capital stock belongs to

citizens of the Philippines;

1.1.d) Cooperatives duly organized under the laws of the Philippines, and of which

at least sixty percent (60%) interest belongs to citizens of the Philippines; or

1.1.e) Persons/entities forming themselves into a joint venture, i.e., a group of two

(2) or more persons/entities that intend to be jointly and severally responsible

or liable for a particular contract: Provided, however, That Filipino

ownership or interest thereof shall be at least sixty percent (60%). For this

purpose, Filipino ownership or interest shall be based on the contributions of

each of the members of the joint venture as specified in their JVA.

1.2. When the types and fields of Consulting Services involve the practice of professions

regulated by law, those who will actually perform the services shall be Filipino

citizens and registered professionals authorized by the appropriate regulatory body

to practice those professions and allied professions specified in the EDS.

1.3. If the Request for Expression of Interest allows participation of foreign consultants,

prospective foreign bidders may be eligible subject to the qualifications stated in the

EDS.

1.4. Government corporate entities may be eligible to participate only if they can

establish that they (a) are legally and financially autonomous, (b) operate under

commercial law, and (c) are not dependent agencies of the GOP or the Procuring

Entity.

2. ELIGIBILITY REQUIREMENTS:

2.1. The following eligibility requirements shall be submitted on or before the date of the

eligibility check specified in the Request for Expression of Interest and Clause 5 for

purposes of determining eligibility of prospective bidders

2.1.a) Class “A” Documents –

Legal Documents

i. Registration certificate from Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or

Cooperative Development Authority (CDA) for cooperatives, or any proof

of such registration as stated in the EDS;

ii. Mayor’s permit issued by the city or municipality where the principal

place of business of the prospective bidder is located;

Technical Documents

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 7

i. Statement of the prospective bidder of all its ongoing and completed

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, within the relevant period provided in the EDS.

The statement shall include, for each contract, the following:

(i.a) the name and location of the contract;

(i.b) date of award of the contract;

(i.c) type and brief description of consulting services;

(i.d) consultant’s role (whether main consultant, subcontractor, or partner

in a JV)

(i.e) amount of contract;

(i.f) contract duration; and

(i.g) certificate of satisfactory completion or equivalent document

specified in the EDS issued by the client, in the case of a completed

contract;

ii. Statement of the consultant specifying its nationality and confirming that

those who will actually perform the service are registered professionals

authorized by the appropriate regulatory body to practice those professions

and allied professions in accordance with Clause 1.2.

Financial Document

The consultant’s audited financial statements, showing, among others, the

consultant’s total and current assets and liabilities, stamped “received” by

the BIR or its duly accredited and authorized institutions, for the preceding

calendar year which should not be earlier than two (2) years from the date

of bid submission.

2.1.b) Class “B” Document –

Valid joint venture agreement (JVA), in case a joint venture is already in

existence. In the absence of a JVA, 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. Failure to enter into a joint venture in the event of a

contract award shall be ground for the forfeiture of the bid security. Each

partner of the joint venture shall submit the legal eligibility documents.

The submission of technical and financial documents by any of the joint

venture partners constitutes compliance.

2.1.b.1) In the case of foreign consultants, the foregoing eligibility

requirements under Class “A” Documents may be substituted by the

appropriate equivalent documents, if any, issued by the foreign

consultant’s country.

2.1.b.2) The eligibility requirements or statements and all other documents to

be submitted to the BAC must be in English. A translation of the

documents in English certified by the appropriate embassy or

consulate in the Philippines must accompany the eligibility

requirements under Classes “A” and “B” Documents if they are in

other foreign language.

2.1.b.3) Prospective bidders may obtain a full range of expertise by

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 8

associating with individual consultant(s) and/or other consultants or

entities through a JV or subcontracting arrangements, as appropriate.

However, subcontractors may only participate in the bid of one short

listed consultant. Foreign Consultants shall seek the participation

of Filipino Consultants by entering into a JV with, or subcontracting

part of the project to, Filipino Consultants.

2.1.b.4) If a prospective bidder has previously secured a certification from

the Procuring Entity to the effect that it has previously submitted the

above-enumerated Class “A” Documents, the said certification may

be submitted in lieu of the requirements enumerated in Clause 2.1

above.

3. FORMAT AND SIGNING OF ELIGIBILITY DOCUMENTS

3.1. Prospective bidders shall submit their eligibility documents through their duly

authorized representative on or before the deadline specified in Clause 5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility documents.

In the event of any discrepancy between the original and the copies, the original

shall prevail.

3.3. The eligibility documents, except for un-amended printed literature, shall be signed,

and each and every page thereof shall be initialled, by the duly authorized

representative/s of the prospective bidder.

3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed or

initialled by the duly authorized representative/s of the prospective bidder.

4. SEALING AND MARKING OF ELIGIBILITY DOCUMENTS

4.1. Unless otherwise indicated in the EDS, prospective bidders shall enclose their

original eligibility documents described in Clause 2.1, in a sealed envelope marked

“ORIGINAL – ELIGIBILITY DOCUMENTS”. Each copy of shall be similarly

sealed duly marking the envelopes as “COPY NO.___ - ELIGIBILITY

DOCUMENTS”. These envelopes containing the original and the copies shall then

be enclosed in one single envelope.

4.2. The original and the number of copies of the eligibility documents as indicated in

the EDS shall be typed or written in indelible ink and shall be signed by the

prospective bidder or its duly authorized representative/s.

4.3. All envelopes shall:

4.3.a) contain the name of the contract to be bid in capital letters;

4.3.b) bear the name and address of the prospective bidder in capital letters;

4.3.c) be addressed to the Procuring Entity’s BAC specified in the EDS;

4.3.d) bear the specific identification of this Project indicated in the EDS; and

4.3.e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the

opening of eligibility documents, in accordance with Clause 5.

4.4. If the eligibility documents are not sealed and marked as required, the Procuring

Entity will assume no responsibility for its misplacement or premature opening.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 9

5. DEADLINE FOR SUBMISSION OF ELIGIBILITY DOCUMENTS

Eligibility documents must be received by the Procuring Entity’s BAC at the address and

on or before the date and time indicated in the Request for Expression of Interest and the

EDS.

6. LATE SUBMISSION OF ELIGIBILITY DOCUMENTS

Any eligibility documents submitted after the deadline for submission and receipt

prescribed in Clause 5 shall be declared “LATE” and shall not be accepted by the

Procuring Entity.

7. MODIFICATION AND WITHDRAWAL OF ELIGIBILITY DOCUMENTS

7.1. The prospective bidder may modify its eligibility documents after it has been

submitted; provided that the modification is received by the Procuring Entity prior to

the deadline specified in Clause 5. The prospective bidder shall not be allowed to

retrieve its original eligibility documents, but shall be allowed to submit another set

equally sealed, properly identified, linked to its original bid marked as

“ELIGIBILITY MODIFICATION” and stamped “received” by the BAC.

Modifications received after the applicable deadline shall not be considered and

shall be returned to the prospective bidder unopened;

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility

documents after it has been submitted, for valid and justifiable reason; provided that

the letter of withdrawal is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of eligibility documents;

7.3. Eligibility documents requested to be withdrawn in accordance with this Clause

shall be returned unopened to the prospective bidder concerned. A prospective

bidder may also express its intention not to participate in the bidding through a letter

which should reach and be stamped by the BAC before the deadline for submission

and receipt of eligibility documents. A prospective bidder that withdraws its

eligibility documents shall not be permitted to submit another set, directly or

indirectly, for the same project.

8. OPENING AND PRELIMINARY EXAMINATION OF ELIGIBILITY DOCUMENTS

8.1. The Procuring Entity’s BAC will open the envelopes containing the eligibility

documents in the presence of the prospective bidders’ representatives who choose to

attend, at the time, on the date, and at the place specified in the EDS. The

prospective bidders’ representatives who are present shall sign a register evidencing

their attendance;

8.2. Letters of withdrawal shall be read out and recorded during the opening of eligibility

documents and the envelope containing the corresponding withdrawn eligibility

documents shall be returned unopened to the withdrawing prospective bidder. If

the withdrawing prospective bidder’s representative is present during the opening,

the original eligibility documents and all copies thereof shall be returned to the

representative during the opening of eligibility documents. If no representative is

present, the eligibility documents shall be returned unopened by registered mail;

8.3. A prospective bidder determined as “ineligible” has seven (7) calendar days upon

written notice or, if present at the time of the opening of eligibility documents, upon

verbal notification, within which to file a request for reconsideration with the BAC.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 10

Provided, however, that the request for reconsideration shall not be granted if it is

established that the finding of failure is due to the fault of the prospective bidder

concerned: Provided, further, that the BAC shall decide on the request for

reconsideration within seven (7) calendar days from receipt thereof. If a failed

prospective bidder signifies his intent to file a request for reconsideration, in the case

of a prospective bidder who is declared ineligible, the BAC shall hold the eligibility

documents until such time that the request for reconsideration or protest has been

resolved;

8.4. The eligibility documents envelopes and modifications, if any, shall be opened one

at a time, and the following read out and recorded:

8.4.a) the name of the prospective bidder;

8.4.b) whether there is a modification or substitution; and

8.4.c) the PRESENCE or ABSENCE of each document comprising the eligibility

documents vis-à-vis a checklist of the required documents.

8.5. The eligibility of each prospective bidder shall be determined by examining each

bidder’s eligibility requirements or statements against a checklist of requirements,

using non-discretionary “PASS / FAIL” criterion, as stated in the Request for

Expression of Interest, and shall be determined as either “eligible” or “ineligible.”

If a prospective bidder submits the specific eligibility document required, he shall be

rated “PASSED” for that particular requirement. In this regard, failure to submit a

requirement, or an incomplete or patently insufficient submission, shall be

considered “FAILED” for the particular eligibility requirement concerned.

If a prospective bidder is rated “PASSED” for all the eligibility requirements,

he shall be considered eligible to participate in the bidding, and the BAC shall mark

the set of eligibility documents of the prospective bidder concerned as

“ELIGIBLE.” If a prospective bidder is rated “FAILED” in any of the eligibility

requirements, he shall be considered ineligible to participate in the bidding, and the

BAC shall mark the set of eligibility documents of the prospective bidder concerned

as “INELIGIBLE.” In either case, the BAC Chairperson or his duly designated

authority shall countersign the markings.

9. SHORT LISTING OF CONSULTANTS

9.1. Only prospective bidders whose submitted contracts are similar in nature and

complexity to the contract to be bid as provided in the EDS shall be considered for

short listing;

9.2. The BAC of the Procuring Entity shall draw up the short list of prospective bidders

from those declared eligible using the detailed set of criteria and rating system to be

used specified in the EDS;

9.3. Short listed consultants shall be invited to participate in the bidding for this project

through a Letter of Invitation to Bid issued by the BAC of the Procuring Entity;

9.4. Only bids from short listed bidders shall be opened and considered for award of

contract. These short listed bidders, whether single entities or JVs, should confirm

in their bids that the information contained in the submitted eligibility documents

remains correct as of the date of bid submission.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 11

Section III. ELIGIBILITY DATA SHEET ELIGIBILITY DOCUMENTS Particulars: ELIGIBILITY DATA SHEET

1.2 Types and Fields of Consulting Services

ONE LOT CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION

MANAGEMENT SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION

AND POST-CONSTRUCTION WORKS INCLUDING SITE DEVELOPMENT FOR DAP

CONFERENCE CENTER’S NEW TRAINING BUILDING IN TAGAYTAY CITY FOR

PURPOSES OF “STRENGTHENING THE CAPACITY OF DEVELOPMENT ACADEMY OF

THE PHILIPPINES TO PROVIDE BOTH GENERAL AND HIGHLY SPECIALIZED TRAINING

COURSES FOR GOVERNMENT OFFICIALS”

1.3 Foreign Bidders

NOT ALLOWED.

2.1(a)i Legal Documents- Registration Certificates

To submit other Legal Documents as follows:

01. Tax Clearance per Executive Order 396, Series of 2005, as finally reviewed & approved by BIR;

02. Latest Income and Business Tax Returns for the years 2013, 2014, and 2015;

03. Certificate of PhilGEPS Registration; and

04. ISO Certification, if any

2.1(a)i Technical Documents-Statement of On-Going and Completed Contracts Including Contracts Awarded but not yet Started

Statement of ALL CONSULTING SERVICES CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED since calendar year 2001. The submitted list must indicate “N/A” if there is no project/contract in that particular year.

Interested Bidder is required to fill-out the prescribed template [downloadable from the rewritable compact disc (RW-CD)] in named:

“EDF2_STATEMENT of ALL PROJECTS_<bidder name>.xlsx”

After the downloaded file is filled-out, the said file should be printed in an Officio-size paper 8.5”x13”. The file has been set-up to print the filled out form. JUST CLICK PRINT. The printed form should be signed by the Bidder’s Authorized Rep, and submitted as an integral part of the Eligibility Docs together with needed attachments.

The LIST is tabulated, on an enumeration per year, to include the following: 01. Name of Project; 02. Location of the Project indicating the postal address; 03. Project Owner. Indicate whether “Govt” or “Priv”; 04. Name of the Owner or Authorized representative of the Owner; 05. Phone and/or email address of the Owner or Authorized

representative of the Owner; 06. Role of the Bidder in the Project. Aside from stating its role, the

Bidder must indicate the nature of engagement whether or not the nature of contract is: A: The Bidder is Solely Responsible to the Owner for the

rendition of the CMS;

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 12

ELIGIBILITY DOCUMENTS Particulars: ELIGIBILITY DATA SHEET

B: The Bidder was a Subcontractor of the Main Consultant of the Owner;

C: The Bidder was in Partnership with other entity and that entity is the Main Consultant of the Owner;

07. Duration of the Project; 08. Total Contracted Price; 09. REMARKS as of Dec2016 if the Project is…

A: finished/completed; or, B: still on-going/in-progress; or, C: not-yet-started.

10. PROJECT-STATUS. A: if Project is finished, indicate DATE-of-COMPLETION; or B: if Project is still on-going/in-progress, indicate overall

percentage of completion duly certified by the Owner; or C: If Project is not yet started; indicate TARGET DATE-to-

START.

NOTE: The BAC-TWG may opt to validate with the Owner the veracity of the claimed “Project Status” as presented/submitted by the Bidder.

2.1(a)i Financial Document- Audited Financial Statements

The Bidder’s Audited Financial Statements, showing among others, the Consultant’s total and current assets and liabilities, stamped “received by the BIR” or its duly accredited and authorized institutions, for the years 2013, 2014, and 2015 .

2.1(a)(i.g) Proof of Satisfactory Completion of Completed Contracts

To substantiate the list mentioned above, submit photocopies of CERTIFICATE OF ACCEPTANCE or any document/s that may represent proof-of-acceptance of completion duly signed by the Clients of the Bidder.

In case a Project is not yet completed, submit a photocopy of document that indicates the latest overall percentage of completion of the output/s or deliverable/s performed by the Bidder, duly signed by the Client of the Bidder.

4.2 Original and Number of Copies of Eligibility Documents

01. Each Prospective Bidder shall submit one (1) original and one (1) certified true copy of its eligibility documents;

02. Each Bidder’s representative, other than the authorized contract signatory, shall submit the Letter of Authorization (LOA) indicating that the one physically submitting the eligibility documents.

The LOA shall be presented by Bidder’s Representative during the submission and must be signed by the same person who will sign the contract for the said transaction.

03. The said LOA should be separated from the sealed documents, and must be readily available for scrutiny of the DAP-BAC.

LOA must be pasted either at the face or the back of the ‘biggest envelope’.

4.3.c) Procuring Entity

see cover page of this OBD

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 13

ELIGIBILITY DOCUMENTS Particulars: ELIGIBILITY DATA SHEET 4.3.d) Contract Identification Number

The identification number of the Contract is:

IB No: IB16-377123-09 5 Address and Deadline for Submission of Eligibility Documents

For the ADDRESS: see cover page of this OBD

The DEADLINE for submission of eligibility documents is on:

06 January 2017 (Fri), 10:00AM 8.1 Place, Date & Time of Opening of Eligibility Documents

The PLACE of opening of eligibility documents is at:

Development Academy of the Philippines(DAP) Bids and Awards Committee 3rd Floor DAP Building San Miguel Avenue, Ortigas Center, Pasig City

The OPENING of eligibility documents is on:

06 January 2017 (Fri), 10:00AM

9.1 Bidder’s Similar Contracts

No further instructions.

9.2 Criteria and Rating System

The short list of prospective bidders shall consist of not more than seven (7) consultants.

Only the top seven (7) from among those who had earned the minimum (or better than) passing scores will be considered in the short list.

The rating system, as will be assessed by the BAC’s Technical Working Group, for short listing purposes are:

A. EXPERIENCE of the Firm (35pts):

sub-criteria: EXPERIENCE max

points requirements

A.1. Bidder’s / Firm’s years of existence in business and registration status

5 15 years, minimum

A.2. lists of all ongoing and completed similar contracts and all other related services completed

15 period covered

should be over the

previous ten (10)

years

A.3. work folio/sample of Construction Management documentation of all similar and all other completed projects

5 at least one (1)

sample

A.4. testimonials and awards 5 if any, photocopy

or/and picture of

plaques

A.5. ISO certification 5 if any, photocopy

of the ISO

Certification must

be submitted

maximum assignable points 35

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 14

ELIGIBILITY DOCUMENTS Particulars: ELIGIBILITY DATA SHEET

B. QUALIFICATIONS (shall be culled from the submitted

Curriculum Vitae) of KEY PERSONNEL of the Firm (50pts):

sub-criteria: QUALIFICATIONS max

points requirements

B.1. Experience on similar or related to Construction Management projects

20 info as listed in the

submitted CV

B.2. Educational background 10 Photocopy of the

degree/s, diplomas,

citation/s received

B.3. Applicable or related licenses/professional accreditation

10 Photocopy of the

relevant and most

recent licenses

B.4. Honors/Awards received; membership in PRC-accredited professional organizations

5 if any

B.5. Professional and/or civic-affiliations

5 if any

maximum assignable points 50

C. CAPACITY relative to Current Workload of the Firm

(15pts):

sub-criteria: CAPACITY max

points requirements

C.1. Bidder/Firm’s current/on-going workload to include value and size (in terms of Pesos & SQM)

5 if any

C.2. status (in terms of % completion) of the current/on-going and similar projects /contracts for the years 2016 and 2017

5 if any, submit

photos of the

project/s

C.3. enumerate the names of the Firm’s [a] admin/support personnel; and [b] professional or technical workforce

5 each name of

individual must

indicate the type of

engagement

(whether as an

organic personnel,

partner, retainer,

consultant)

maximum assignable points 15

NOTE: To be eligible for inclusion in the short list, the interested Bidder must obtain a MINIMUM PASSING TOTAL RATING of SIXTY (60) points.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 15

Section IV. ELIGIBILITY DOCUMENT

FORMS

EDF1. ELIGIBILITY DOCUMENTS SUBMISSION FORM ... 16

EDF2. STATEMENT OF ALL CONSULTING SERVICES

CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT

YET STARTED ....................................................... 17

EDF3. STATEMENT OF ALL COMPLETED CONTRACTS

WHICH ARE SIMILAR IN NATURE (I.E. CONSTRUCTION

MANAGEMENT SERVICES FOR DAP ............................. 18

EDF4. STATEMENT OF ALL OTHER CONSULTING

SERVICES THAT ARE ON-GOING OR NOT YET STARTED

BY THE BIDDER SINCE JANUARY 2001 ....................... 18

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 16

EDF1. ELIGIBILITY DOCUMENTS SUBMISSION FORM

INSTRUCTIONS: THIS FORM SHOULD BE ACCOMPLISHED USING THE BIDDER’S LETTERHEAD

{insertdate}

BERNARDO A.DIZON

BAC Chairman / Senior Vice-President-Services 3/F DAP Bldg., San Miguel Ave., Ortigas Center, Pasig City 1600

Mr BAC Chairman:

In connection with your Request for Expression of Interest dated [insert date]for “ONE LOT

CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION MANAGEMENT SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION WORKS INCLUDING SITE DEVELOPMENT FOR DAP

CONFERENCE CENTER’S NEW TRAINING BUILDING IN TAGAYTAY CITY FOR PURPOSES OF “STRENGTHENING

THE CAPACITY OF DEVELOPMENT ACADEMY OF THE PHILIPPINES TO PROVIDE BOTH GENERAL AND

HIGHLY SPECIALIZED TRAINING COURSES FOR GOVERNMENT OFFICIALS””, [Name of Consultant]

hereby expresses interest in participating in the eligibility and short listing for said Project

and submits the attached eligibility documents in compliance with the Eligibility Documents

therefor.

In line with this submission, we certify that:

a) [Name of Consultant] is not blacklisted or barred from bidding by the GOP

or any of its agencies, offices, corporations, or LGUs, including foreign

government/foreign or international financing institution whose blacklisting

rules have been recognized by the Government Procurement Policy Board,

and that each of the documents submit; and

b) Each of the documents submitted herewith is an authentic copy of the

original, complete, and all statements and information provided therein are

true and correct.

We acknowledge and accept the DAP’s right to inspect and audit all records relating to

our submission irrespective of whether we are declared eligible and short listed or not.

Signature of the Authorized Representative

Yours sincerely,

Name of the Authorized Representative

Title of Signatory:

Name of Firm\Bidder:

Postal Address:

Telephone Number:

email address:

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 17

EDF2. STATEMENT OF ALL CONSULTING SERVICES CONTRACTS

INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

INSTRUCTIONS:

A: THE FORM EDF2 BE ACCOMPLISHED USING THE EXCEL FILE “ALL Projects Form2.XLSX”;

B: Statement of all Bidder’s on-going and completed government and private ALL Contracts on Consulting-related services started and/or completed since calendar year 2001. ONLY THE TOP FIVE (5) PROJECTS PER YEAR SHOULD BE LISTED;

C: The submitted list must indicate “N/A”, as appropriate. Else, “N/A” should be overwritten with the required data/info.

After the attached file is filled-out, the said file should be printed in an Officio-size paper 8.5” x 13”. The file has been set-up to print the filled out form. JUST CLICK PRINT. The printed form should be signed by the Bidder’s Authorized Rep, and submitted as an integral part of the Bidder’s docs together with needed attachments, if any;

D: The LIST must be tabulated, on an enumeration per year, to include the following: 01. Name of Project; 02. Location of the Project indicating the postal address; 03. Project Owner. Indicate whether “Govt” or “Private”; 04. Name of the Owner or Authorized representative of the Owner; 05. Phone and/or email address of the Owner or Authorized representative of the

Owner; 06. Role of the Bidder in the Project. Aside from stating its role, the Bidder must

indicate the nature of engagement whether or not the nature of contract is: A: The Bidder is Solely Responsible to the Owner for the rendition of the

Consulting Services; B: The Bidder was a Subcontractor of the Main Consultant of the Owner; C: The Bidder was in Partnership with other entity and that entity is the Main

Consultant of the Owner; 07. Duration of the Project; 08. Total Contracted Price; 09. REMARKS as of Dec2016 if the Project is…

A: finished/completed; or, B: still on-going/in-progress; or, C: not-yet-started.

10. PROJECT-STATUS. A: if Project is finished, indicate DATE-of-COMPLETION; or B: if Project is still on-going/in-progress, indicate overall percentage of completion

duly certified by the Owner; or C: If Project is not yet started; indicate TARGET DATE-to-START.

NOTE: The BAC-TWG may opt to validate with the Owner the veracity of the any data/ info as presented/submitted by the Bidder.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 18

EDF3. STATEMENT OF ALL COMPLETED CONTRACTS WHICH ARE

SIMILAR IN NATURE (i.e., CONSTRUCTION MANAGEMENT SERVICES FOR DAP)

INSTRUCTIONS:

01. THIS FORM SHOULD BE ACCOMPLISHED USING THE BIDDER’S LETTERHEAD;

02. THE BIDDER IS EXPECTED TO WRITE THE DATA/INFORMATION DESCRIBED HEREBELOW USING AT MS

WORD V10 WITH FILENAME “[Completed Projects EDF3-<name of Bidder>.docx]”

03. THE BIDDER MUST ONLY PICK-UP FROM EDF2 THE NAME OF THE PROJECT/S THAT MUST BE DESCRIBED. THE ENGAGEMENT OF THE BIDDER SHOULD BE SIMILAR TO THE CMS-PROJECT BEING BIDDED-OUT BY

THE DEVELOPMENT ACADEMY OF THE PHILIPPINES;

04. A PICKED-UP PROJECT (FROM EDF2) MUST DESCRIBE THE PURPOSE/S OF THAT PROJECT;

05. THE BIDDER MUST ALSO NARRATE THE REASON/S GIVEN BY THE OWNER WHY “CMS” OR SIMILAR/ EQUIVALENT SERVICES RENDERED BY THE BIDDER, WAS DEEMED NECESSARY BY THE OWNER;

06. THE BIDDER MUST SUBSTANTIATE ITS CLAIM BY ATTACHING COPY OF THE CERTIFICATE OF COMPLETION

DULY SIGNED BY THE OWNER.

EDF4: STATEMENT OF ALL OTHER CONSULTING SERVICES THAT ARE

ON-GOING OR NOT-YET-STARTED BY THE BIDDER SINCE

JANUARY2001

INSTRUCTIONS:

01. THIS FORM SHOULD BE ACCOMPLISHED USING THE BIDDER’S LETTERHEAD;

02. THE BIDDER IS EXPECTED TO WRITE THE DATA/INFORMATION DESCRIBED HEREBELOW USING AT MS

WORD V10 WITH FILENAME “[Other Projects EDF4-<name of Bidder>.docx]”

03. THE BIDDER MUST PICK-UP FROM EDF2 THE NAMES OF THE PROJECT/S THAT MUST BE DESCRIBED. THE

ENGAGEMENT OF THE BIDDER SHOULD BE SIMILAR TO THE CMS-PROJECT BEING BIDDED-OUT BY THE

DEVELOPMENT ACADEMY OF THE PHILIPPINES;

04. THE WRITE-UP MAY ALSO INCLUDE OTHER CONSULTING SERVICES THAT HAVE NOT-YET-STARTED

BUT ARE CONSIDERED SIMILAR PROJECT/S;

05. A PROJECT THAT WILL BE DESCRIBED MUST INDICATE THE PURPOSE/S OF THAT PROJECT;

06. THE BIDDER MUST ALSO NARRATE THE REASON/S GIVEN BY THE OWNER WHY THE OTHER CONSULTING

SERVICES RENDERED BY THE BIDDER WAS DEEMED NECESSARY BY THE OWNER;

07. THE BIDDER MUST SUBSTANTIATE ITS CLAIM BY ATTACHING COPY OF THE CERTIFICATE OF COMPLETION

DULY SIGNED BY THE OWNER, OR BY NOTICE-OF-AWARD/NOTICE-TO-PROCEED ISSUED BY THE OWNER.

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 19

Section V. BID DOCUMENT CHECKLIST <for OBD: Part1>

CHECKLIST re ELIGIBILITY DOCUMENTS

Instructions:

01. All submissions of the Bidder must clearly indicate on the upper right hand corner of the paper the document number. For example, the eligibility or technical documents most recent & valid SEC registration papers (i.e., 5 pcs) of “Bidder Corporation” should be marked “E01”, “E02”,

“E03”, “E04”, and “E05”. To make the markings obvious, all Bidders are enjoined to use red Permanent Marking Pen (or equivalent), & write the markings approximately one-inch size;

02. The Bidder, in submitting the required documents, must use the prescribed forms found in the attached Sample Forms. However, should it be unavoidable that a different form will be used, the Bidder must ensure that the substance in the sample forms can be gleaned in the equivalent document/s; and, they are written in the official letterhead & duly signed by the authorized/issuing entity.

03. On this checklist; the column “As Checked” shall be marked …

“PRESENT” to indicate that said document is available; or

“ABSENT” when the document listed is not available in the bid proposal submitted; or

“NO NEED” if the item in the checklist will not be appropriate. To ascertain that the Bidder DOES NOT intend to submit the said item in the checklist, a separate and distinct paper (i.e., bidder’s letterhead) should also be submitted but written it the phrase “BIDDER DID NOT SUBMIT”

04. During the Post-Qual Evaluation, a proposal may still be declared “not eligible” if the contents /substance of the document is found inappropriate or does not comply with the given requirements.

Bidding No. IB16-377123-09 TotalABC: P25,000,000.00

Particulars: ONE LOT CONSULTING SERVICES FOR THE PROVISION OF CONSTRUCTION MANAGEMENT

SERVICES (CMS) FOR THE PRE-CONSTRUCTION, CONSTRUCTION AND POST-CONSTRUCTION

WORKS INCLUDING SITE DEVELOPMENT FOR DAP CONFERENCE CENTER’S NEW TRAINING

BUILDING IN TAGAYTAY CITY FOR PURPOSES OF “STRENGTHENING THE CAPACITY OF

DEVELOPMENT ACADEMY OF THE PHILIPPINES TO PROVIDE BOTH GENERAL AND

HIGHLY SPECIALIZED TRAINING COURSES FOR GOVERNMENT OFFICIALS” Venue of Bid

Opening DAP Bldg., San Miguel Ave., Pasig City DATE & TIME of

Bid Opening 06 January 2017 (Fri);

10:00AM

BID

DE

R’s

IN

FO

RM

AT

ION

CO M P A N Y N A M E : ? CO M P A N Y H E A D O F F I C E MA I L I N G AD D R E S S : ? CO M P A N Y W E B S I T E O R E M A I L A D D R E S S : ?

Representative attending the

Bidding:

NA M E O F T H E CO M P A N Y R E P R E S E N T A T I V E : ? PO S I T I O N T I T L E O F T H E CO M P A N Y RE P R E S E N T A T I V E : ?

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 20

JV info: IS THE BIDDER INTO JOINT VENTURE AGREEMENT WITH

ANOTHER ENTITY/IES?

YES

NO

Bidding STAGE No.1: The ELIGIBILITY DOCUMENTS

ELIGIBILITY DOCUMENTS MARK AS CHECKED

1) Filled-out Eligibility Documents Submission Form (EDF1) re ELIGIBILITY DOCUMENTS SUBMISSION FORM E01

PRESENT

ABSENT

CLASS “A” ELIGIBILITY DOCUMENTS [LEGAL DOCUMENTS]

2) Photocopy of registration certificate from the Security and Exchange Commission (SEC) for corporations, Department of Trade & Industry (DTI) for sole proprietorships, or Cooperative Development Authority (CDA) for cooperatives.

E02 PRESENT

ABSENT

3) Photocopy of Mayor’s/ Business Permit issued by the city or municipality where the principal place of business of the prospective bidder is located; or its equivalent.

E03 PRESENT

ABSENT

4) Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR E04

PRESENT

ABSENT

5) Income and Business Tax Returns for the years 2013, 2014,and 2015 E05 PRESENT

ABSENT

6) Certificate of PhilGEPS Registration E06 PRESENT

ABSENT

7) ISO Certification, if any E07

PRESENT

ABSENT NO NEED

Class “A” Eligibility Documents [Technical Documents]

8) Documents intended for EDF2; i.e., “STATEMENT OF ALL CONSULTING SERVICES CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED”

E08

PRESENT

ABSENT NO NEED

9) Documents intended for EDF3; i.e., “STATEMENT OF ALL COMPLETED CONTRACTS WHICH ARE SIMILAR IN NATURE (i.e., Construction Management Services for DAP)”

E09

PRESENT

ABSENT NO NEED

10) Documents intended for EDF4; i.e., “STATEMENT OF ALL OTHER CONSULTING SERVICES THAT ARE ON-GOING OR NOT-YET-STARTED BY THE BIDDER SINCE JANUARY2001”

E10

PRESENT

ABSENT NO NEED

11) Statement of the Consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions.

E11 PRESENT

ABSENT

12) Cluster1 of DOCUMENTS which will serve as the reference materials to establish the rating for short listing purposes re EXPERIENCE of the FIRM

E12 PRESENT

ABSENT

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 21

Class “A” Eligibility Documents [Technical Documents]

13) Cluster2 of DOCUMENTS which will serve as the reference materials to establish the rating for short listing purposes re QUALIFICATIONS of the KEY PERSONNEL

E13 PRESENT

ABSENT

14) Cluster3 of DOCUMENTS which will serve as the reference materials to establish the rating for short listing purposes re CAPACITY relative to CURRENT WORKLOAD of the Firm

E14 PRESENT

ABSENT

15) WORK FOLIO SAMPLE/s of Construction Management Services (CMS) documentation of similar and all other completed projects. E15

PRESENT

ABSENT

Class “A” Eligibility Documents [Financial Documents]

16) The Bidder’s audited financial statements, showing, among others, the Consultant’s total and current assets and liabilities, stamped “received by the BIR” or its duly accredited and authorized institutions, for the years 2013, 2014, and 2015.

E16 PRESENT

ABSENT

Class “B” Documents [Eligibility Documents]

17) Valid Joint Venture Agreement (JVA), in case the joint venture is already in existence, or 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

E17

PRESENT

ABSENT NO NEED

END OF ELIGIBILITY CHECKLIST

BAC’S REMARKS:

ELIGIBLE INELIGIBLE FOR RECONSIDERATION

CHECKED BY: NOTED BY: DOCUMENTS RECEIVED BY:

REMUS ROMANO A. REYES TWG Chairperson

BERNARDO A. DIZON BAC Chairman

MONINA A.R. DE ARMAS BAC Secretariat Head

F:\1612\admin\bac\CMS\OBD1\ldla=final review cms_161228\final CMS-OBD1_161228.docx 22

NOTHING

FOLLOWS

DAP Bldg., San Miguel Avenue, Pasig City 1600 P.O. Box 12788, Ortigas Center, Pasig City 1600

Telephone: (632) 631 2142; Telefax (632) 633 5570 website: http://www.dap.edu.ph

Email address of BAC Secretariat: [email protected]

development academy of the philippines ISO 9001:2015 Certified CIP/4045/08/06/579

BIDS & AWARDS COMMITTEE per SO#2016-092A dated November 24, 2016