Republic of the Philippines
DEPARTMENT OF SCIENCE AND TECHNOLOGY
Philippine Science High School – Zamboanga Peninsula Region Campus
Dipolog Sports Complex
Brgy. Olingan, Dipolog City
Email: [email protected]
INVITATION FOR NEGOTIATED PROCUREMENT
(Two Failed Biddings)
Design and Build Services for the Construction of Power House (with Generator Set) and Concrete Pedestal
In view of the two (2) failed biddings, Philippine Science High School-Zamboanga Peninsula Region Campus (PSHS-ZRC), Bids and Awards Committee (BAC) invites interested bidder to participate in the Negotiated Procurement for the Design and Build Services for the Construction of Power House (with Generator Set) and Concrete Pedestal, with an Approved Budget for the Contract (ABC) of FIVE MILLION PESOS (₱5,000,000.00) in accordance with Section 53.1 Two Failed Bidding as specified in the 2016 Revised Implement Rules and Regulations of Republic Act 9184, otherwise known as the “Government Procurement Reform Act”.
The Schedule of Procurement Activities of the project are as follow:
Procurement Stage |
Date, Time, Venue |
Posting and Availability of the Request for Proposal | June 25-July 1, 2018 |
Negotiation Conference | July 2, 2018, 10:00 A.M., FAD Office |
Issuance of Ammendments/Clarifications/Addendum | July 3, 2018, 10:00 A.M., FAD Office |
Deadline of submission of bids and Opening of bids | July 16, 2018, 10:00 A.M.,FAD Office |
The Eligibility and Technical Documents will be composed of the following:
ELIGIBILITY DOCUMENTS |
REMARKS |
CLASS “A” DOCUMENTS | |
PhilGEPs Certificate of Registration and Membership (Platinum) | |
SEC/DTI/CDA Registration | |
Mayor’s Permit where the principal of business prospective bidder is located | |
Statement of all its on-going and completed government and private contracts within ten (10) years from the submission of bids
a. CPES rating or b. Certificate of Completion |
|
PCAB licenses and registration for the type and cost of the contract for this project; (license Category C & D – Small B) | |
Single Largest Completed Contract (SLCC) | |
Audited Financial Statement stamped “received” by the BIR | |
Net Financial Contracting Capacity computation or CLC | |
Tax clearance | |
CLASS “B” DOCUMENTS | |
Joint Venture agreement, if applicable. | |
TECHNICAL DOCUMENTS | |
Bid Security (in any form) | |
Project requirements:
i. Schematic Documents ii. Value engineering analysis of design and construction report iii. Organizational chart iv. List of Contractor’s Personnel with complete qualification and experience data v. 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 vi. Manpower schedule vii. Equipment Utilization Schedule viii. Bar Chart and S-curve ix. Construction Safety and Health Program x. PERT-CPM |
|
Omnibus Sworn Statement | |
FINANCIAL DOCUMENTS | |
Financial Bid in prescribed form | |
Bill of Quantities | |
Detailed Cost Estimates | |
Summary Sheet indicating the unit prices of materials, labor rates and equipment rental | |
Payment schedule |
First time bidders on this project is required to pay a non-refundable amount of Five Thousand Pesos (P 5,000.00) for the Request for Proposal.
PSHS-ZRC BAC reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:
SHERL DIANNE S. ESTOQUE
Head, BAC Secretariat
PSHS-ZRC, Dipolog Sports Complex
Brgy. Olingan, Dipolog City 7100
Tel. No.: (065) 212-1616
Mobile number: 09089215664
(SGD.) MILO S. SALDON
BAC Chairperson