notice of conduct of negotiatedto the vendee, whether in contract, or otherwise, for any indirect or...
TRANSCRIPT
NOTICE OF CONDUCT OF
NEGOTIATED PROCUREMENT
PROCUREMENT OF SERVICES FOR THE APPRAISAL OF GSIS PROPERTIES
The Government Service Insurance System (GSIS) is conducting another Negotiated
Procurement, under Two Failed Biddings, for the Procurement of Services for the Appraisal
of GSIS Properties for Lots 2 and 3, with an Approved Budget for the Contract (ABC) of
Seven Hundred Fifty Thousand Pesos (Php750,000.00), broken down as follows:
Lot ABC
2 Php 400,000.00
3 Php 350,000.00
In view of this, the GSIS now invites service providers for Negotiations to be conducted on
21 December 2015, 9:00AM at the GBAC Conference Room, Level 2 Core G, GSIS Central
Office, Financial Center, Pasay City. Attached are the Terms of Reference (Annex A) which
will be discussed in the said Negotiation.
Thereafter, the GSIS will post/send an Invitation to prospective service providers to submit
their Best and Final Offers.
The opening of Best and Final Offers will be held on 22 December 2015, 9:30 AM.
However, it may be reset to another date as may be agreed upon by the GSIS Bids and
Awards Committee and the prospective service providers.
Thank you.
Sgd.
ATTY. JOSEPH PHILIP T. ANDRES
Chairperson
GSIS Bids and Awards Committee for Goods,
Services, and Consultancy-Cluster 2
PASEGURUHAN NG MGA NAGLILINGKOD SA PAMAHALAAN
(GOVERNMENT SERVICE INSURANCE SYSTEM)
Financial Center, Pasay City, Metro Manila 1308
Page 2 of 26
ANNEX A
TERMS OF REFERENCE
1. COVERAGE
The procurement of services for the appraisal of GSIS acquired and foreclosed real properties classified located in Metro Manila and nearby provinces for the year CY 2015 thru public bidding.
2. APPROVED BUDGET OF THE CONTRACT (ABC) Lot 2 400,000.00 Lot 3 350,000.00
------------------- TOTAL Php750,000.00
3. QUALIFICATIONS
3.1 The firm must have the following qualifications:
3.1.1 Duly registered with Securities and Exchange Commission or Department of Trade and Industry.
3.1.2 Must be a member of Philippine Government Electronic Procurement System (PhilGEPS) Registration Certificate
3.1.3 A member of good standing of the Philippine Association of Realty Appraiser, Inc. (PARA), IPREA or CREBA
3.1.4 The appraisal firm should have at least twelve (12) years business experience as a property appraiser firm.
3.1.5 As proof of the 12-year experience in the appraisal business of single
proprietors, any of the following documents may be submitted:
1. Mayor’s permit for the past 12 years; or
2. Business Income Tax Return for the past 12 years; or
3. Any other documents showing the 12-year business experience.
3.1.6 The company should have at least three (3) licensed real property appraisers in its roster of employees.
3.1.7 The company has an office in Metro Manila for easy access and communication.
4. SCOPE OF WORK
The work involves:
4.1 The appraisal shall be performed using fully acceptable valuation techniques and principles using the three (3) traditional methodology to give the fair market value, prompt sale value or quick sale value and fair rental value of the property appraised, namely:
4.1.1 Cost Approach 4.1.2 Market Data Approach 4.1.3 Income Approach
Page 3 of 26
If any of the above-mentioned methodology is inapplicable, detailed justification must be submitted.
4.2 The appraisal report, including its contents and methods of valuation must be prepared in accordance with the standards of professional appraisal practice in the Philippines. Likewise, it must also include the following:
4.2.1 Highest and best use
4.2.2 Photos of the subject properties
4.2.3 Lot Plan(to scale)
4.2.4 Vicinity Map
4.2.5 Salvage Value if (applicable)
4.2.6 Zonal Value
The appraisal report shall be signed by licensed appraiser.
If any of the above-mentioned approaches is inapplicable, detailed justification must be submitted.
4.3 Three (3) hard copies of the appraisal report for each of the property appraised must be submitted on the specified date in the TOR using the format prepared in accordance with the standards of professional appraisal practice in the Philippines.
4.4 One (1) electronic copy of the above report.
5 SCOPE OF CONTRACT
The Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. Any additional requirements orally agreed upon also required for its completion shall be included in the Contract.
6 WORK SCHEDULE
The Work shall commence from the date of receipt of the Notice to Proceed by the winning service provider.
7 DELIVERABLES
Complete appraisal report
Lot 2 - 30 calendar days upon receipt of Notice to Proceed
Lot 3 - 30 calendar days upon receipt of Notice to Proceed
8 GENERAL CONDITIONS OF THE CONTRACT
8.1 Notices
i. Any notice, request, or consent required or permitted to be given or made pursuant to the Contract shall be in writing. Any such notice, request, or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such party at the address specified in the Contract or PO, which shall be effective when delivered and duly received or on the notice’s effective date, whichever is later.
Page 4 of 26
ii. A party may change its address for notice hereunder by giving the other contracting party notice of such change.
8.2 Budgetary Requirements
The fund that will be disbursed for the project will be taken from the 2015 Investment Properties-Appraisal/Resurvey Fee budget of the Property Administration Department (PAD) under GL Account No. 5058100000.
8.3 Mode of Procurement
8.3.1 The processing of the public bidding of services shall be done by the GSIS Bids and Awards Committee (GBAC).
8.3.2 The GBAC will provide a copy to the end user of the Notice of Award addressed to the winning service provider.
8.3.3 The winning service provider shall be required to post a performance bond.
8.3.4 The PAD shall prepare the following documents:
1 Four (4) hard copies of the Contract 1 copy for end-user 1 copy for winning service provider 1 copy for GBAC secretariat 1 copy for the notary public
1) To be signed by the Head, FMG, and authorized representative of the winning service provider
2) Certify the Contract on the funds availability by an authorized official from the Controller Group
2. Notice to Proceed To be signed by the Officer IV-PAD. The signed Notice shall be released to the winning service provider.
8.3.5 The issuance of Purchase Order shall be made by the GBAC.
8.4 Payment
8.4.1 The price in the Notice shall be Peso denominated and payment must be made also in Philippine Currency.
8.4.2 The Disbursement Voucher shall be prepared by the PAD only upon:
1. A Certification has been issued by the head of PAD to the effect that the Work have been rendered and Goods have been delivered in accordance with the terms of the Contract and have been duly inspected/reviewed and accepted by the PAD.
2. A Certificate of Acceptance has been issued by the GBAC. The issuance shall be made only upon the submission of the original copy of the following:
1. PO/Notice of Award 2. Certification issued by the PAD 3. Certification issued by the GBAC 4. RIV
8.4.3 No payment shall be made for the unfulfilled services or incomplete Goods under the Contract.
8.4.4 The Vendor shall submit an invoice describing, as appropriate, the delivered Goods and/or services performed,
Page 5 of 26
by documents submitted pursuant to the Contract, and upon fulfillment of other obligations stipulated in the Contract.
8.4.5 Payment shall be made promptly by the PAD, but in no case later than sixty (60) calendar days after the submission of an invoice or claim by the Vendor.
8.4.6 Payment shall be made in accordance with the prevailing government accounting and auditing rules and regulations.
8.5 Fees and Duties
8.5.1 The Vendor shall entirely assume all costs, fees, permits, out-of-pocket and incidental expenses that may be imposed for the completion of the Work.
9 OTHER TERMS AND CONDITIONS
9.1 The winning bidder in Lot 2 shall be disqualified in participating in Lot 3.
9.2 The Use of Contract Documents and Information
a. The Vendor shall not, except for purposes of performing the obligations in the Contract, without the READMO’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the READMO. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.
b. Any document, other than the Contract itself, specified in Item 5 shall remain the property of the Vendee and shall be returned (all copies) to the Vendee on completion of the Vendor’s performance under the Contract if so required by the Vendee.
9.3 Delays in the Supplier’s Performance
9.3.1 The Deliverables and/or performance of services shall be made by the Vendor in accordance with the Work Schedule defined under Item 7.
9.3.2 A 1% Penalty shall be imposed for every day delay for non delivery of appraisal reports after the scheduled dates per package.
9.3.3 If at any time during the performance of the Contract, the Vendor should encounter conditions impeding timely delivery of the goods and/or performance of services, the Vendor shall promptly notify the Vendee in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Vendor’s notice, the Vendee shall evaluate the situation and may extend the Vendor’s time for performance, in which case the extension shall be approved by the Vendee.
9.4 Limitations of Liability
a. Except in cases of criminal negligence or willful misconduct, and in the case of infringement of intellectual property rights, and unless otherwise specified in the Contract, the Vendor is generally not liable to the Vendee, whether in Contract, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion does not apply to any obligation of the supplier to pay liquidated damages to the Vendee. This is without prejudice to any other liability, penalty or
Page 6 of 26
appropriate sanction that shall be imposed upon the vendor under R.A. 9184 and other applicable laws.
9.6 Liquidated Damages with Request for Extension
a. If the request for extension is denied by the Vendee, the Vendee shall advise the Vendor in writing, and ensure that the said communication is received by the Vendor within a reasonable time from receipt of the request for extension.
b. The Vendee shall, without prejudice to its other remedies under the Contract and under the applicable law, deduct from the Contract Price, as penalty, a sum equivalent to the one tenth (1/10) of one percent (1%) of the Contract Price for every day of delay from the delivery date as stated in item 8.
c Once the cumulative amount of liquidated damages reaches ten percent (10%) of the price, the Vendor shall rescind the Work, without prejudice to other courses of action and remedies open to it.
9.7 Liquidated Damages without Request for Extension
a. The Vendee, within a reasonable time from the first day of delay, shall impose the liquidated damages.
b. Upon delivery, the Vendee shall record the delay, noting therein the amount of the liquidated damages imposable on the Vendor.
c. The cumulative amount of liquidated damages shall be deducted from the Contract Price, and the same shall be reflected in the Disbursement Voucher.
9.8 Termination for Default
a There being no force majeure, the Vendor fails to delivery any or all of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Vendee pursuant to a request made by the supplier prior to the delay, and such failure amounts to at least ten percent (10%) of the Contract Price.
b. As a result of force majeure, the supplier is unable to deliver or perform any or all of the goods or services, amounting to at least ten percent (10%) of the Contract Price, for a period of not less than sixty (60) calendar days after the receipt of the notice from the Vendee stating that the circumstance of force majeure is deemed to have ceased.
c The Vendor fails to perform any other obligation(s) under the Contract.
d. The Vendor, in the judgment of the Vendee, has engaged in corrupt, fraudulent, collusive or coercive practices in competing for or in executing the Contract.
e If the Vendee terminates the Contract in whole or in part, due to default, it may procure from third parties, through the appropriate alternative method of procurement, goods or services similar to those undelivered. The Vendor that defaulted will be liable to the Vendee for any excess costs for such similar goods or services.
Page 7 of 26
9.9 Termination for Insolvency
a The Vendee shall at any time terminate the Contract by giving written notice to the Vendor, if the latter is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, the termination will be without compensation to the Vendor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Vendee and/or the Vendor.
9.10 Termination for Convenience
a The Vendee, by written notice to the Vendor, shall terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for the Vendee’s convenience, the extent to which performance of the Vendor under the Contract is terminated, and the date upon which such termination becomes effective.
b The circumstances that shall constitute sufficient grounds for termination of Contract for convenience:
1. If physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible, as determined by the Vendee;
2. The Vendee has determined the existence of conditions that make project implementation impractical and/or unnecessary, such as, but not limited to, fortuitous event/s, changes in laws and government policies;
3. Funding for the project has been without or reduced by higher authorities through no fault of the Vendee; or
4. Any circumstance analogous to the foregoing.
9.11 Settlement of Disputes
.a If any dispute or difference of any kind whatsoever shall arise between the Vendee and Vendor in connection with or arising out of the Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation
b If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Vendee or Vendor may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.
c. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the goods under the Contract.
d. Arbitration proceedings shall be conducted in accordance with the rules of procedure.
e Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the Vendee shall pay the Vendor any monies due the Vendee.
Page 8 of 26
9.12 Assignment of Rights
9.13. The Vendor shall not assign his rights or obligations under the Contract, in whole or in part, except with the Vendee’s prior written consent
9.14 Contract Amendment
a. Subject to applicable laws, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site.
1. DESCRIPTION OF THE GSIS PROPERTIES PER LOT
ITEM NO.
DESCRIPTION DELIVERY DATE
Statement
of Compliance
1 LOT 1.2 LOT 2 (37 GSIS Properties )
1.2.1 Manila International Port Terminal Inc. (MIPTI)
Property Location Parola Compound North Harbor, Tondo, Manila
Total Area 781,857 sqm.
Type of Improvements Land
1.2.2. Manila Hotel
Property Location Roxas Blvd. cor 25th St. Katigbak Drive, Manila City
Total Area 32,236.14 sqm.
Type of Improvements Land
1.2.3. Sofitel- Philippine Plaza
Property Location CCP Complex, Pasay City
Total Area 51,788 sqm.
Type of Improvements Land
1.2.4. Coconut Palace
Property Location F. Ma. Guerero cor. Vicente Sotto St. CCP Complex, Pasay City
Total Area 28,701sqm.
Within
thirty (30)
calendar
days after
the receipt
of the
Notice to
Proceed
Page 9 of 26
Type of Improvements Land and Improvement
1..2.5. Former Primetown Lots
Property Location Mackinley Parkway cor. L Rizal Drive, Bonifacio Global City, Taguig City
Total Area 8,332 sqm.
Type of Improvements Land only
1.2.6. MMDA Site 1
Property 1
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,977 sqm.
Type of Improvements Land only
Property 2
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,978 sqm.
Type of Improvements Land only
Property 3
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,977 sqm.
Type of Improvements Land only
1.2.7. Baguio Properties
Property Location (Property 1)
Govt. Center, Cut Off Rd. and T. Kalaw and Hidalgo Sts. Residential Section A., Baguio City
Total Area (estimated) 33,606 sqm.
Type of Improvements Land
Property Location (Property 2)
Govt. Center, Cut Off Rd. and T. Kalaw and Hidalgo Sts. Residential Section A., Baguio City
Total Area (estimated) 3,458 sqm.
Type of Improvements Land
1.2.8. Gloria Maris Restaurant
Property Location Julian Felipe St. cor Atang dela Rama St. CCP Complex, Pasay City
Total Area 13,107 sqm.
Page 10 of 26
Type of Improvements Land and Improvements
1.2.9. Serenity Memorial Park Caloocan
Property Location Congressional Rd Brgy. Deparo, Caloocan City
Total Area 100,000 sqm.
Type of Improvements Land and Improvement
1.2.10. Molino Properties
Property Location Brgy. Molino, Bacoor, Cavite
Total Area 212,105 sqm.
Type of Improvements Land
1.2.11. ADON Development Corporation Properties
Property Location (Property 1)
Adelina Complex, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 57,131 sqm.
Type of Improvements Land
Property Location (Property 2)
Adelina Complex, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 32,738.00
Type of Improvements Land
Property Location (Property 3)
Governor’s Drive, Brgy. Hugo Perez, Trece Martirez, Cavite
Total Area (estimated) 235,967 sqm.
Type of Improvements Land
Property Location (Property 4)
Corner 12th St. & 14th St., Pacita Complex 1, San Pedro, Laguna
Total Area (estimated) 6,166 sqm.
Type of Improvements Land
Property Location (Property 5) Site 1
Xavierville Avenue, Loyola Heights, Quezon City
Total Area (estimated) 4,295 sqm.
Type of Improvements Land
Page 11 of 26
Property Location (Property 5) Site II
Xavierville Avenue, Loyola Heights, Quezon City
Total Area (estimated) 6,235.20 sqm.
Type of Improvements Land
1.2.12. Adelina Realty Development Properties
Property Location (Property 1)
Along Sto. Tomas Road, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 3,964 sqm.
Type of Improvements Land
Property Location (Property 2) Site 1
Amadeo Rd., Brgy. Conchu, Trece Martirez City.
Total Area (estimated) 129,184 sqm.
Type of Improvements Land
Property Location (Property 2) Site 2
Amadeo Rd., Brgy. Conchu, Trece Martirez City.
Total Area (estimated) 321,256 sqm.
Type of Improvements Land
1.2.13. Empire East (Quezon City)
Property Location Orchard and Broadway Rds. East Wood City Cyber Park Brgy. Libis, QC
Total Area 9,621 sqm.
Type of Improvements Land
1.2.14. Empire East – Pasig Warehouse
Property Location E. Amang Rodriguez Ave. Brgy. Rosario, Pasig City
Total Area 51,654 sqm.
Type of Improvements Land and Improvement
1.2.15. Former GSIS Makati Office
Property Location Legaspi St. Legaspi Village Makati City
Total Area 2,429 sqm.
Type of Improvements Land and Improvement
1.2.16. PNR Baguio (Former GSIS Regional Office)
Page 12 of 26
Property Location Session Rd. Ext., Residential Section A Baguio City
Total Area 12,958 sqm.
Type of Improvements Land only
1.2.17. Puerto Azul Beach Hotel
Property Location Puerto Azul-Paniman Rd. Bo. Zapang, Ternate, Cavite
Total Area 263,075 sqm.
Type of Improvements Land and Improvement
1.2.18. Former Water Fun Sucat
Property Location West Service Rd. Brgy.Sucat,Muntinlupa City
Total Area 19,189 sqm.
Type of Improvements Land and Improvement
1.2.19. Former Jai-alai Property
Property Location Taft Ave. Manila, Ermita, Manila
Total Area 6,470.30 sqm.
Type of Improvements Land and Improvement
1.2.20. Former Phil. Heart Center
Property Location Brgy. Concepcion 1 Marikina City
Total Area 122,534 sqm.
Type of Improvements Land
1.2.21. Philippine Village Hotel
Property Location Nayong Pilipino Compound Pasay City
Total Area 37,315.00 sqm.
Type of Improvements Improvement only
1.2.22. GSIS and Homeland Property Holdings Corp. (HPHC)
Property Location (Site 1) Brgy. Pritil, Guiguinto, Bulacan
Total Area 136,559 sqm.
Type of Improvements Land
Page 13 of 26
Property Location (Site 2) Brgy. Daungan, Guiguinto,Bulacan
Total Area 40,107 sqm.
Type of Improvements Land
Property Location (Site 3) Brgy. Malis, Guiguinto,Bulacan
Total Area 28,098 sqm.
Type of Improvements Land
Property Location (Site 4) Brgy. Tiaong, Guiguinto, Bulacan
Total Area 41,921 sqm.
Type of Improvements Land
Property Location (Site 5) Brgy. Pulung-Gubat, Guiguinto, Bulacan
Total Area 18,417 sqm.
Type of Improvements Land
Property Location (Site 6) Brgy. Cut-Cut, Guiguinto, Bulacan
Total Area 6,161 sqm.
Type of Improvements Land
12.23. Kanlaon Tower II
Property Location Roxas Blvd., Pasay City Brgy, San Rafael
Total Area 1,648.41 sqm.
Type of Improvements Condominium Units
1.2.24. Holy Rosary Memorial Park
Property Location Hinigiran, Isabela, Provincial Rd. Brgy. Nanunga, Negros Occ.
Total Area 50,000 sqm.
Type of Improvements Land and Improvement
1.2.25. Globo de Oro (Quiapo Mosque)
Property Location Globo de Oro Quiapo, Manila
Total Area 8,648.54 sqm.
Type of Improvements Land
1.2.26. St. John Condo
Page 14 of 26
Property Location Sct. Rallos, Ext. Brgy. Kamuning Q.C.
Total Area 5,174.65 sqm.
Type of Improvements Units Only
1.2.27. Pedro Cruz Property
Property Location San Miguel Street, Brgy. 4 Zone 1 Caloocan City
Total Area 14,448 sqm.
Type of Improvements Land and Improvement
1.2.28. National Press Club
Property Location Magallanes Drive Intramuros, Manila
Total Area 2,404 sqm.
Type of Improvements Land and Improvement
1.2.29. Presidential Security Group (PSG) Compound
Property Location Aciete Street, PSG Cpd. Sta. Mesa, Manila
Total Area 9,577.80 sqm.
Type of Improvements Land and Improvement
1.2.30. PNR Manila (Bo. Menu)
Property Location Dagupan and Moriones Sts. Tondo, Manila
Total Area 1,815.50 sqm.
Type of Improvements Land and Improvement
1.2.31. Yujuico Properties
Property Location Brgy. Cupang, Antipolo City
Total Area 206,164 sqm.
Type of Improvements Land
1.2.32. Former PLDT Bldg.
Page 15 of 26
Property Location Magallanes Drive Intramuros, Manila
Total Area 1,884 sqm.
Type of Improvements Land and Improvement
1.2.33. Former Lao Property
Property Location Mabini cor. Arquisa Sts. Ermita, Manila
Total Area 821 sqm.
Type of Improvements Land and Improvement
1.2.34. Macamir Properties
Property Location (Property 1)
Alabang-Zapote Rd. Cor Guinto St., Pamplona, LP
Total Area (estimated) 875 sqm.
Type of Improvements Land and Improvement
Property Location (Property 2)
#5522 Hipodromo cor. Taliba St. Brgy Olympia Makati City
Total Area (estimated) 301 sqm.
Type of Improvements Land and Improvement
1.2.35. NFA Motorpool
Property Location Pureza Street Sta. Mesa, Manila
Total Area approximately 5,715 sqm.
Type of Improvements Land
1.2.36. Former GSIS Naga Branch Office
Property Location Gen. Luna cor. Arana & Barlin Sts. Camarines Sur
Total Area 1,538 sqm.
Type of Improvements Land and Improvement
1.2.37. Former Integrated Shoe Inc.
Property Location 325 Monteverde Drive (formerly Majestic Drive) Monte Vista Subdivisio, Cainta, Rizal
Page 16 of 26
TCT No/s. 631937
Lot Area 10,367 sqm.
Registered Owner GSIS
Type of Improvements Land
ITEM NO.
DESCRIPTION DELIVERY DATE
Statement of
Compliance
1 LOT LOT 3 (29 GSIS Properties )
1.3.1 Manila International Port Terminal Inc. (MIPTI)
Property Location Parola Compound North Harbor, Tondo, Manila
Total Area 781,857 sqm.
Type of Improvements Land
1.3.2. Manila Hotel
Property Location Roxas Blvd. cor 25th St. Katigbak Drive, Manila City
Total Area 32,236.14 sqm.
Type of Improvements Land
1.3.3 Sofitel- Philippine Plaza
Property Location CCP Complex, Pasay City
Total Area 51,788 sqm.
Type of Improvements Land
1.3.4. Coconut Palace
Property Location F. Ma. Guerero cor. Vicente Sotto St. CCP Complex, Pasay City
Total Area 41,808 sqm.
Type of Improvements Land and Improvement
1.3.5. Former Primetown Lots
Property Location Mackinley Parkway cor. L Rizal Drive, Bonifacio Global City, Taguig City
Total Area 8,332 sqm.
Type of Improvements Land only
Within
thirty (30)
calendar
days after
the receipt
of the
Notice to
Proceed
Page 17 of 26
1.3.6. MMDA Site 1
Property 1
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,977 sqm.
Type of Improvements Land only
Property 2
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,978 sqm.
Type of Improvements Land only
Property 3
Property Location Dona Julia Vargas Ave. Brgy. Ugong,Pasig City
Total Area 5,977 sqm.
Type of Improvements Land only
1.3.7. Baguio Properties
Property Location (Property 1)
Govt. Center, Cut Off Rd. and T. Kalaw and Hidalgo Sts. Residential Section A., Baguio City
Total Area (estimated) 33,606 sqm.
Type of Improvements Land
Property Location (Property 2)
Govt. Center, Cut Off Rd. and T. Kalaw and Hidalgo Sts. Residential Section A., Baguio City
Total Area (estimated) 3,458 sqm.
Type of Improvements Land
1.3.8. Gloria Maris Restaurant
Property Location Julian Felipe St. cor Atang dela Rama St. CCP Complex, Pasay City
Total Area 13,107 sqm.
Type of Improvements Land and Improvements
1.3.9. Serenity Memorial Park Caloocan
Property Location Congressional Rd Brgy. Deparo, Caloocan City
Total Area 100,000 sqm.
Type of Improvements Land and Improvement
Page 18 of 26
1.3.10. Molino Properties
Property Location Brgy. Molino, Bacoor, Cavite
Total Area 212,105 sqm.
Type of Improvements Land
1.3.11. ADON Development Corporation Properties
Property Location (Property 1)
Adelina Complex, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 57,131 sqm.
Type of Improvements Land
Property Location (Property 2)
Adelina Complex, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 32,738.00
Type of Improvements Land
Property Location (Property 3)
Governor’s Drive, Brgy. Hugo Perez, Trece Martirez, Cavite
Total Area (estimated) 235,967 sqm.
Type of Improvements Land
Property Location (Property 4)
Corner 12th St. & 14th St., Pacita Complex 1, San Pedro, Laguna
Total Area (estimated) 6,166 sqm.
Type of Improvements Land
Property Location (Property 5) Site 1
Xavierville Avenue, Loyola Heights, Quezon City
Total Area (estimated) 4,295 sqm.
Type of Improvements Land
Property Location (Property 5) Site II
Xavierville Avenue, Loyola Heights, Quezon City
Total Area (estimated) 6,235.20 sqm.
Type of Improvements Land
1.3.12. Adelina Realty Development Properties
Property Location (Property 1)
Along Sto. Tomas Road, Brgy. Calaboso, Biñan, Laguna
Total Area (estimated) 3,964 sqm.
Type of Improvements Land
Page 19 of 26
Property Location (Property 2) Site 1
Amadeo Rd., Brgy. Conchu, Trece Martirez City.
Total Area (estimated) 129,184 sqm.
Type of Improvements Land
Property Location (Property 2) Site 2
Amadeo Rd., Brgy. Conchu, Trece Martirez City.
Total Area (estimated) 321,256 sqm.
Type of Improvements Land
1.3.13. Empire East (Quezon City)
Property Location Orchard and Broadway Rds. East Wood City Cyber Park Brgy. Libis, QC
Total Area 9,621 sqm.
Type of Improvements Land
1.3.14. Empire East – Pasig Warehouse
Property Location E. Amang Rodriguez Ave. Brgy. Rosario, Pasig City
Total Area 51,654 sqm.
Type of Improvements Land and Improvement
1.3.15. Former GSIS Makati Office
Property Location Legaspi St. Legaspi Village Makati City
Total Area 2,429 sqm.
Type of Improvements Land and Improvement
1.3.16. PNR Baguio (Former GSIS Regional Office)
Property Location Session Rd. Ext., Residential Section A Baguio City
Total Area 12,958 sqm.
Type of Improvements Land only
Page 20 of 26
1.3.17. Puerto Azul Beach Hotel
Property Location Puerto Azul-Paniman Rd. Bo. Zapang, Ternate, Cavite
Total Area 263,075 sqm.
Type of Improvements Land and Improvement
1.3.18. Former Water Fun Sucat
Property Location West Service Rd. Brgy.Sucat,Muntinlupa City
Total Area 19,189 sqm.
Type of Improvements Land and Improvement
1.3.19. Former Jai-alai Property
Property Location Taft Ave. Manila, Ermita, Manila
Total Area 6,470.30 sqm.
Type of Improvements Land and Improvement
1.3.20. Former Phil. Heart Center
Property Location Brgy. Concepcion 1 Marikina City
Total Area 122,534 sqm.
Type of Improvements Land
1.3.21. Philippine Village Hotel
Property Location Nayong Pilipino Compound Pasay City
Total Area 37,315.00 sqm.
Type of Improvements Improvement only
1.3.22. GSIS and Homeland Property Holdings Corp. (HPHC)
Property Location (Site 1) Brgy. Pritil, Guiguinto, Bulacan
Total Area 136,559 sqm.
Type of Improvements Land
Property Location (Site 2) Brgy. Daungan, Guiguinto,Bulacan
Total Area 40,107 sqm.
Type of Improvements Land
Page 21 of 26
Property Location (Site 3) Brgy. Malis, Guiguinto,Bulacan
Total Area 28,098 sqm.
Type of Improvements Land
Property Location (Site 4) Brgy. Tiaong, Guiguinto, Bulacan
Total Area 41,921 sqm.
Type of Improvements Land
Property Location (Site 5) Brgy. Pulung-Gubat, Guiguinto, Bulacan
Total Area 18,417 sqm.
Type of Improvements Land
Property Location (Site 6) Brgy. Cut-Cut, Guiguinto, Bulacan
Total Area 6,161 sqm.
Type of Improvements Land
1.3.23. Kanlaon Tower II
Property Location Roxas Blvd., Pasay City Brgy, San Rafael
Total Area 1,648.41 sqm.
Type of Improvements Condominium Units
1.3.24. Holy Rosary Memorial Park
Property Location Hinigiran, Isabela, Provincial Rd. Brgy. Nanunga, Negros Occ.
Total Area 50,000 sqm.
Type of Improvements Land and Improvement
1.3.25. Globo de Oro (Quiapo Mosque)
Property Location Globo de Oro Quiapo, Manila
Total Area 8,648.54 sqm.
Type of Improvements Land
1.3.26. St. John Condo
Property Location Sct. Rallos, Ext. Brgy. Kamuning Q.C.
Total Area 5,174.65 sqm.
Type of Improvements Units Only
Page 22 of 26
1.3.27. Pedro Cruz Property
Property Location San Miguel Street, Brgy. 4 Zone 1 Caloocan City
Total Area 14,448 sqm.
Type of Improvements Land and Improvement
1.3.28. National Press Club
Property Location Magallanes Drive Intramuros, Manila
Total Area 2,404 sqm.
Type of Improvements Land and Improvement
1.3.29. Presidential Security Group (PSG) Compound
Property Location Aciete Street, PSG Cpd. Sta. Mesa, Manila
Total Area 9,577.80 sqm.
Type of Improvements Land and Improvement
Page 23 of 26
ANNEX B
CHECKLIST OF ADDITIONAL REQUIREMENTS
CLASS “A” DOCUMENTS
Legal Documents
1. Appropriate Registration Certificate from the:
Security and Exchange Commission
For Corporation
Certificate of Registration; or Certificate of Incorporation; or
Certificate of Filing of Amended Articles of Incorporation.
For Partnership:
Certificate of Registration; or Certificate of Partnership; or
Certificate of Filing of Amended Articles of Partnership
Department of Trade and Industry (DTI), for sole proprietorship
Cooperative Development Authority (CDA), for cooperatives
2. Valid Mayor’s permit issued by the city or municipality where the
principal place of business of the prospective bidder is located.
3. Tax Clearance per Executive Order 398 (s. 2005), as finally reviewed and
approved by the BIR. (GPPB Resolution No. 21-2013 dated 30 July
2013)
4. Valid PhilGEPS Registration Certificate
Note: All parties to the Joint Venture shall submit all the Legal Documents.
Technical Document
5. 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 to the Project,
within the past five (5) years from the submission and receipt of bids.
Financial Documents
6. Audited financial statements for CY 2014, stamped “received” by the
Bureau of Internal Revenue (BIR) or its duly accredited and authorized
institutions.
7. The prospective bidder’s computation of its Net Financial Contracting
Capacity (NFCC) at least equal to the approved budget for the contract
to be bid. (Note: GPPB Resolution No. 20-2013, 30 July 2013)
Page 24 of 26
Other Documents
8. Valid Joint Venture Agreement
9. Omnibus Sworn Statement in accordance with Section 25.2 of the RIRR
of RA 9184 and using the prescribed form
10. Certificate of Good Standing, Completion, AND Acceptance from GSIS
with respect to the latest completed project. (This is applicable only to
prospective bidders with previous contracts and completed projects with
the GSIS entered into within the past three (3) years from the submission
and receipt of bids).
11. Photocopy of Valid PRC Licenses of at least three (3) appraisers.
12. DTI Real Estate License for the company.
13. Certificate of Membership and Good Standing either from the
Philippine Association of Realty Appraiser, Inc. (PARA), IPREA or
CREBA
14. Certificate of Employment issued by the company stating that the three
(3) license appraisers are its resident employees.
Page 25 of 26
Bid-Securing Declaration Form
REPUBLIC OF THE PHILIPPINES )
CITY OF _______________________ ) S.S.
x-------------------------------------------------------x
BID-SECURING DECLARATION Title of the Project:______________________________________
To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines
on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written
demand by the procuring entity for the commission of acts resulting to the enforcement of the
bid securing declaration under Sections 23.1 (b), 34.2, 40.1 and 69.1, except 69.1(f) of the
IRR of RA 9184; without prejudice to other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following
circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to
your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we
filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid/Highest Rated and Responsive Bid4, and I/we have furnished the performance
security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Insert NAME OF BIDDER’S
AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity] Affiant
Page 26 of 26
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued],[place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of __