republic of the philippines department of agriculture ... · pdf filerepublic of the...

6
1 | Page Republic of the Philippines Department of Agriculture Bureau of Fisheries and Aquatic Resources BIDS AND AWARDS COMMITTEE OFFICE 3/F PCA Bldg., Elliptical Road, Diliman, Quezon City, Philippines 1101 Tel. No.: +02. 332. 4661 website: www.bfar.da.gov.ph e-mail: [email protected] SUPPLEMENTAL BID BULLETIN 01 SUBJECT : Bid Reference 2017-03 entitled “Establishment of Computing Facilities/Monitoring Center in the Operation of the Vessel Monitoring System and Rehabilitation, Reconstruction and Modification of the Director's Office.” This Supplemental Bid Bulletin no. 1 is issued to all participating bidders to clarify, amend and/or modify certain provisions and requirements set forth under the above- entitled procurement project based on the result of the Pre-bid Conference conducted by the BFAR-BAC on February 1, 2017 at 10:30 AM, to wit: Section I- Invitation to Bid From To 2. The Bureau of Fisheries and Aquatic Resources (BFAR) now invites bids for Establishment of computing facilities/monitoring center in the operation of the Vessel Monitoring System and rehabilitation, reconstruction and modification of the Director's Office. Completion of the Works is required Thirty (30) Calendar Days. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders. 2. The Bureau of Fisheries and Aquatic Resources (BFAR) now invites bids for Establishment of computing facilities/monitoring center in the operation of the Vessel Monitoring System and rehabilitation, reconstruction and modification of the Director's Office. Completion of the Works is required Fifteen to Twenty (15-20) Calendar Days. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders. Section III- Bid Data Sheet From To ITB Clause: 1.1 (page no. 40) The identification number of the Contract is 2017-___. ITB Clause: 1.1 (page no. 40) The identification number of the Contract is 2017-03. ITB Clause: 5.4 (b) (page no. 40) For this purpose, similar contracts shall refer to contracts which have the same major categories of work. General Building or Industrial Plant. ITB Clause: 5.4 (b) (page no. 40) “No further instructions.”

Upload: volien

Post on 18-Mar-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

1 | P a g e

Republic of the Philippines Department of Agriculture

Bureau of Fisheries and Aquatic Resources

BIDS AND AWARDS COMMITTEE OFFICE 3/F PCA Bldg., Elliptical Road, Diliman, Quezon City, Philippines 1101

Tel. No.: +02. 332. 4661 website: www.bfar.da.gov.ph e-mail: [email protected]

SUPPLEMENTAL BID BULLETIN 01

SUBJECT : Bid Reference 2017-03 entitled “Establishment of Computing

Facilities/Monitoring Center in the Operation of the Vessel Monitoring System and Rehabilitation, Reconstruction and Modification of the Director's Office.”

This Supplemental Bid Bulletin no. 1 is issued to all participating bidders to clarify, amend and/or modify certain provisions and requirements set forth under the above-entitled procurement project based on the result of the Pre-bid Conference conducted by the BFAR-BAC on February 1, 2017 at 10:30 AM, to wit:

Section I- Invitation to Bid From To

2. The Bureau of Fisheries and Aquatic Resources (BFAR) now invites bids for Establishment of computing facilities/monitoring center in the operation of the Vessel Monitoring System and rehabilitation, reconstruction and modification of the Director's Office. Completion of the Works is required Thirty (30) Calendar Days. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders.

2. The Bureau of Fisheries and Aquatic Resources (BFAR) now invites bids for Establishment of computing facilities/monitoring center in the operation of the Vessel Monitoring System and rehabilitation, reconstruction and modification of the Director's Office. Completion of the Works is required Fifteen to Twenty (15-20) Calendar Days. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders.

Section III- Bid Data Sheet

From To ITB Clause: 1.1 (page no. 40) The identification number of the Contract is 2017-___.

ITB Clause: 1.1 (page no. 40) The identification number of the Contract is 2017-03.

ITB Clause: 5.4 (b) (page no. 40) For this purpose, similar contracts shall refer to contracts which have the same major categories of work. General Building or Industrial Plant.

ITB Clause: 5.4 (b) (page no. 40) “No further instructions.”

2 | P a g e

ITB Clause: 12.1 (a)(iii) (page no. 41) The bidder shall have a Valid PCAB License with Category “B” and Certificate of Registration and Classification of Contractors as ‘Medium A’ for General Building or Industrial Plant.

ITB Clause: 12.1 (a)(iii) (page no. 41) The bidder must be an ICT company and shall have a Valid PCAB License with Category “C & D” and Certificate of Registration and Classification of Contractors as ‘Small B’ for General Building or Industrial Plant, with specialty of the following: Communication Facilities, Electrical Works, Mechanical Works, Fire Protection Works, Air-Conditioning and Refrigeration Works and Painting Works.

ITB Clause: 12.1 (b)(ii.2) (page no. 41) Key Personnel General Experience Relevant Experience Project Manager - Licensed Civil Engineer with 5 years experience in institutional building construction, civil works, and must have managed or supervised at least P 10M project of similar nature. Civil Engineer - Licensed Civil Engineer with 5 years experience in civil works for building construction Electrical Engineer - Licensed Electrical Engineer with 5 year experience in electrical works for building construction Mechanical Engineer - Licensed Mechanical Engineer with 5 years experience in electro-mechanical works for building construction General Construction Foreman - With 5 years experience in civil, plumbing, and electrical works for building construction

ITB Clause: 12.1 (b)(ii.2) (page no. 41)

One (1) Licensed Architect One (1) Licensed Electrical Engineer (EE) One (1) Licensed Electronics & Comm. Engineer (ECE) One (1) Licensed Mechanical Engineer(ME) One (1) Licensed Civil Engineer (CE)

ITB Clause: 12.1 (b)(iii.2) (page no. 41) The minimum major equipment requirements are the following: Equipment Capacity Number of Units Backhoe 0.60 cu.m. cap. 1 Concrete Mixer (1-2 bagger) 1 Compactor 1 Concrete Vibrator 1

ITB Clause: 12.1 (b)(iii.2) (page no. 41) “No further instructions.”

Section V- Special Conditions of Contract

From To

GCC Clause: 1.17 (page no. 80)

The Intended Completion Date is within Sixty (60) Calendar Days.

GCC Clause: 1.17 (page no. 80)

The Intended Completion Date is within Fifteen to Twenty (15-20) Calendar Days.

GCC Clause: 31.1 (page no. 81) GCC Clause: 31.1 (page no. 81)

3 | P a g e

The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within seven (7) days of delivery of the Notice of Proceed.

The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within 1-3 days of delivery of the Notice of Proceed.

GCC Clause: 31.3 (page no. 81) The period between Program of Work updates is thirty (30) days days.

GCC Clause: 31.3 (page no. 81) The period between Program of Work updates is seven (7) days.

Section VII- Technical Specification From To

Personel Requirement: (Page no. 84)

Personel Requirement: (Page no. 84)

Expertise

No.

Min. Years of

Experience

Remarks One (1) Licensed Architect One (1) Licensed Electrical Engineer (EE) One (1) Licensed Electronics & Comm. Engineer (ECE) One (1) Licensed Mechanical Engineer(ME) One (1) Licensed Civil Engineer (CE)

Project Manager 1 5 Licensed Civil Engineer with experience in institutional building construction, civil works, and must have managed or supervised at least P 10M project of similar nature.

Civil Engineer 1 5 Licensed Civil Engineer with 5 years experience in civil works for building construction

Electrical Engineer 1 5 Licensed Electrical Engineer with 5 year experience in electrical works for building construction

Mechanical Engineer

1 5 Licensed Mechanical Engineer with 5 years experience in electro-mechanical works for building construction

General Construction Foreman

1 5 With 10 years experience in civil, plumbing, and electrical works for building construction

Doors, Windows and Grilleworks: (Page no. 85) 4. Supply and installation two (1) unit 800mm x 2100mm (WxH) PVC door for director’s office comfort room

Doors, Windows and Grilleworks: (Page no. 85) 4. Supply and installation one (1) unit 800mm x 2100mm (WxH) PVC door for director’s office comfort room

Revised Checklist of Bid Envelope Requirements for bidders.

CHECKLIST OF BID ENVELOPE REQUIREMENTS FOR BIDDERS

FIRST ENVELOPE– Eligibility Documents

Class “A” Documents:

Philgeps certificate with current and updated file of the following Class “A” eligibility documents under section 23.1(a) and 24.1(a):

or

Registration Certificate from any of the following: a)Department of Trade and Industry

(DTI) – for sole proprietorship

4 | P a g e

a) Registration Certificate; b) Mayor’s/Business Permit or its Equivalent Document; c) Tax Clearance; d) Philippine Contractors Accreditation Board (PCAB) license and registration; and e) Audited Financial Statements.

b)Securities and Exchange Commission (SEC) – for corporations/partnerships/JV

c)Cooperative Development Authority (CDA) – for cooperatives

Valid Mayor’s Permit/Municipal License issued by the city or municipality where the principal place of business of the prospective bidder is located; Valid and Current Tax Clearance. Conditional tax Clearance is not accepted.

Statement of all its ongoing and completed government and private contracts within ten (10) years from the submission of bids, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following: name of the contract; date of the contract; contract duration; owner’s name and address; nature of work; contractor’s role (whether sole contractor, subcontractor, or partner in a JV) and percentage of participation; total contract value at award; date of completion or estimated completion time; total contract value at completion, if applicable; percentages of planned and actual accomplishments, if applicable; value of outstanding works, if applicable; the statement shall be supported by the notices of award and/or notices to proceed issued by the owners; and the statement shall be supported by the Constructors Performance Evaluation System (CPES) rating sheets, and/or certificates of completion and owner’s acceptance, if applicable; The bidder must be an ICT company and shall have a Valid PCAB License with Category “C & D” and Certificate of Registration and Classification of Contractors as ‘Small B’ for General Building or Industrial Plant, with specialty of the following: Communication Facilities, Electrical Works, Mechanical Works, Fire Protection Works, Air-Conditioning and Refrigeration Works and Painting Works. Audited Financial Statement for CY 2016 (with Comparative analysis of CY 2015- 2016) stamped “received” by the BIR or its duly accredited and authorized institutions. Computation of Net Financial Contracting Capacity (NFCC) amounting to at least equal to the ABC.

Class “B” Documents:

If applicable, the JVA in the case of 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.

FIRST ENVELOPE– Technical Documents

Bid Security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of: Bid Securing Declaration; or cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit (2% of ABC); or

5 | P a g e

Bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank (2% of ABC); or A surety bond, it shall be accompanied by a certification by the Insurance commission that the surety or insurance company is authorized to issue such instruments (5% of ABC);; Conformity with technical specifications, as enumerated and specified in Sections VI of the Bidding Documents; Organizational Chart for the contract to be bid; List of Contractor’s Key Personnel (viz. Project Manager, Civil Engineer, Electrical Engineer, Mechanical Engineer, Material Engineer, Safety Engineer and General Construction Foreman) to be assigned to the contract to be bid with their complete qualification and experience); List of Contractor’s equipment units, which are owned, leased, and/or purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project; Construction Schedule with S-Curve PERT/CPM Manpower Schedule Sworn Statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184 and using the form prescribed in Section IX. Bidding Forms. Certificate of Site Inspection

SECOND ENVELOPE– Financial Documents

Bid Form Bid Prices in the Bill of Quantities in the prescribed Bid Form; Detailed Estimates/Derivation of Unit Prices including Summary Sheet indicating the unit prices of construction materials, labor rates & equipment rental used in the coming up with the bid in Section XIII. Bill of Quantities; and Cash Flow by Quarter and payment schedule;

Important Reminders The bidders are encouraged to consult this checklist before submitting their Bid Envelopes on the deadline for the submission and the receipt of Bids. However, this is by no means exclusive Bidders must still familiarize themselves with other bid requirements not otherwise included herein such as, but not limited to those in the TOR, Bid Bulletin, Pertinent GPPB guidelines, rules, etc. All Bidders must submit their bid envelopes in accordance with the Packing and sealing requirements as indicated in the ITB Clause No. 20. Also, please refer to the Instructional Diagram for ITB Clause Nos. 20.1 and 20.2: “Sealing and Marking of Bids” at the end of this Bidding Document. All documents shall be current and updated and any missing document in the above-mentioned Checklist is a ground for outright rejection of the bid. All Pages of the documents shall be signed/initialed by the bidder or by his/her authorized representative. To facilitate the evaluation of the bids, bidders are advised to follow the arrangement in the above-mentioned checklist when placed in an envelope, with documents tabbed and labeled.

6 | P a g e

Guidelines in Contract Implementation

1. Power and Water Requirements 1.1. BFAR will shoulder necessary power and water consumption during the

Project Implementation

2. Permit Requirements 2.1. BFAR shall secure the necessary permit pertaining to Project.

3. Equipment Requirements and Extend Overtime 3.1. The contractor will be allowed to take-in/out in the premises of the PCA

building and render overtime to fast track and finish the project with the 20 days delivery period.

4. Mobilization – Advance Payment 4.1. The contractor may collect the Advance payment in an amount not exceeding

fifteen percent (15%) of the total contract price after the receipt of Notice to Proceed and shall be made only upon the submission to and acceptance by the Procuring Entity of an irrevocable standby letter of credit of equivalent value from a commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a surety or insurance company duly licensed by the Insurance Commission and confirmed by the Procuring Entity.

5. Other Requirements 5.1. Construction period within 15-20 days upon receipt of Notice to Proceed. For further inquiries, please coordinate/call the Bids and Awards Committee Secretariat at Tel. No. 332-4661. Please be guided accordingly.

Original Signed

ATTY. DEMOSTHENES R. ESCOTO Chairman, Bids and Awards Committee