SUBIC BAY METROPOLITAN AUTHORITY
BIDS AND AWARDS COMMITTEE
FOR INFRASTRUCTURE
PRE-BID CONFERENCE
August 11, 2020 2:00 PM
Engineering Conference Room, Room 218
Bldg. 255, Barryman Rd.
Subic Bay Freeport Zone
• PROPOSED CONSTRUCTION OF
STORAGE FACILITY FOR HAZARDOUS
MATERIALS
• REHABILITATION OF MT. STA. RITA
COMMUNICATION FACILITY
SIGN IN THE ATTENDANCE
• Kindly write your name, position, company name and contact details neatly and legibly on the attendance sheet provided.
OBSERVE SILENCE
• Kindly put your phones in silent mode
• Avoid or minimize one on one conversations or side meetings
Questions and Clarifications
• Please wait until you are recognized by the Facilitator
• Kindly state your name and company before addressing your question
VIDEO CONFERENCE• Ensure your
technology and connection works correctly;
• Mute yourself when not speaking;
• Dress appropriately;
• Frame the camera correctly;
**You may also use the chat function for queries (write your name and company followed by your question) [for more detailed inquiries kindly send it through e-mail)
Note:
• Queries and Discussionsregarding the Requirementsas well as the TechnicalSpecifications and Scope ofWorks and Services of theProjects will be discussedand entertained at the endof this presentation.
SUBIC BAY METROPOLITAN AUTHORITY
BIDS AND AWARDS COMMITTEE
FOR INFRASTRUCTURE
PRE-BID CONFERENCE
August 11, 2020 2:00 PM
Engineering Conference Room, Room 218
Bldg. 255, Barryman Rd.
Subic Bay Freeport Zone
• PROPOSED CONSTRUCTION OF
STORAGE FACILITY FOR HAZARDOUS
MATERIALS
• REHABILITATION OF MT. STA. RITA
COMMUNICATION FACILITY
9SUBIC BAY METROPOLITAN
AUTHORITY
Activity Schedule
Advertisement/Posting of Invitation toBid
July 29, 2020
Issuance and Availability of BidDocuments
July 29, 2020 – September 02, 2020 5:00PM
September 03, 2020 12:00 PM
Pre-Bid Conference Tuesday, August 11, 2020 2:00 p.m.
Deadline of Request for Clarification Monday, August 24, 2020 5:00 p.m.
Deadline of Submission and Opening ofBids
Thursday, September 03, 2020, 2:00 p.m.
10SUBIC BAY METROPOLITAN
AUTHORITY
You may direct the Request for Clarifications to:
E-mail:
Mail/Courier:
BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE
Room 205, Building 255, Barryman Road,
Subic Bay Freeport Zone
Fax:
047-252-4284/4780
Phone:
047-252-4513/4230
SUBIC BAY METROPOLITAN AUTHORITY
BIDS AND AWARDS COMMITTEE
• PROPOSED CONSTRUCTION OF STORAGE
FACILITY FOR HAZARDOUS MATERIALS
ITB No.: SBMA-BAC-INFRA-ITB-07-20
ABC: Php 2,420,000.00
End-user/PMO: Procurement and Property Management Department
and Engineering Department
PRE-BID CONFERENCE
August 11, 2020 2:00 PM
Engineering Conference Room, Room 218
Bldg. 255, Barryman Rd.
Subic Bay Freeport Zone
12SUBIC BAY METROPOLITAN AUTHORITY
• The Subic Bay Metropolitan Authority now invites bids for
PROPOSED CONSTRUCTION OF STORAGE FACILITY
FOR HAZARDOUS MATERIALS in accordance with the
attached drawings and technical specifications.
• The proposed project shall include the provision of labor,
materials, tools, equipment, application and securing of all
permits and other incidentals necessary to complete the
works for, but not limited to: construction of new concrete
storage building for hazardous materials as identified in the
bidding documents of the project;
13SUBIC BAY METROPOLITAN
AUTHORITY
• Completion of the Works is required by Sixty (60)
calendar days.
• Bidders should have completed a contract similar to
the Project. (The major category of work shall be
construction of new concrete building.)
• The description of an eligible bidder is contained in
the Bidding Documents, particularly, in Section II,
Instructions to Bidders
SUBIC BAY METROPOLITAN AUTHORITY
BIDS AND AWARDS COMMITTEE
• REHABILITATION OF MT. STA. RITA
COMMUNICATION FACILITY
ITB No.: SBMA-BAC-INFRA-ITB-08-20
ABC: Php 6,570,000.00
End-user/PMO: Telecommunications Department
and Engineering Department
PRE-BID CONFERENCE
August 11, 2020 2:00 PM
Engineering Conference Room, Room 218
Bldg. 255, Barryman Rd.
Subic Bay Freeport Zone
15SUBIC BAY METROPOLITAN AUTHORITY
• The Subic Bay Metropolitan Authority now invites bids for
REHABILITATION OF MT. STA. RITA COMMUNICATION
FACILITY in accordance with the attached drawings and
technical specifications.
• The proposed project shall include the provision of labor,
materials, tools, equipment, application and securing of all
permits and other incidentals necessary to complete the
works for, but not limited to: rehabilitation and retrofitting of
building as identified in the bidding documents.
16SUBIC BAY METROPOLITAN
AUTHORITY
• Completion of the Works is required by One
Hundred Fifty (150) calendar days.
• Bidders should have completed a contract similar to
the Project. (The major category of work shall be
rehabilitation and construction of building.)
• The description of an eligible bidder is contained in
the Bidding Documents, particularly, in Section II,
Instructions to Bidders
17
A. ELIGIBILITY DOCUMENTSCLASS “A” DOCUMENTSLegal Documents
TAB APHILIPPINE GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM (PHILGEPS) CERTIFICATE OFREGISTRATION AND PLATINUM MEMBERSHIP in accordance with Section 8.5.2 of the IRR,except for foreign bidders participating in the procurement by a Philippine ForeignService Office or Post, which shall submit their eligibility documents under Section23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPSin accordance with section 37.1.4 of the IRR;
For purposes of complying with the eligibility requirements, the Tax Clearance, andall other eligibility documents, must be valid and existing at the time it is submittedto the BAC, that is, on or before the deadline for the submission of bids
TAB B Statement of all its ongoing government and private contracts, including contracts awarded but not yetstarted, whether similar or not similar in nature and complexity to the contract to be bid, if any, withsupporting documents using the forms prescribed in Section IX. Bidding Forms.
1. Statement of All Ongoing Government Construction Contracts;2. Statement of All Ongoing Private Construction Contracts;3. Statement of All Government and Private Contracts Awarded but not yet started.
All STATEMENT FORMS required under Bidding Form Section IX must be properly filled up andsubmitted including all other required documents.
If none, “Not Applicable” must be indicated in the submitted form.
18
TAB C Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, in accordance with ITB Clause 5.4., with attached:
1. Notice of Award (NOA) and/or Notice to Proceed (NTP) and/or Contract,
2. Project Owner’s Certificate of Final Acceptance (POCFA) issued by the Owner other than the Contractor OR
The Constructors Performance Evaluation System (CPES) Final Rating, which must be at least satisfactory. (In case of contracts with the private sector, an equivalent document shall be submitted)
TAB D If applicable: Unless otherwise provided in the BDS, a valid special PCAB License in case ofjoint ventures, and registration for the type and cost of the contract for this Project. If notapplicable, “Not Applicable or N/A” must be indicated in a document to be submitted.
TAB E Net Financial Contracting Capacity (NFCC) Computation in accordance with ITB Clause 5.5,using the form prescribed in Section IX. Bidding Forms.
CLASS “B” DOCUMENT
TAB F If applicable, Joint Venture Agreement (JVA) in accordance with RA 4566 using the formprescribed in Section IX. Bidding Forms. If not applicable, “Not Applicable or N/A” must beindicated in a document to be submitted.
19SUBIC BAY METROPOLITAN
AUTHORITY
B. TECHNICAL DOCUMENTSTAB G Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid
security in the form of: Bid Securing Declaration using the form prescribed in Section IX. Bidding Forms; or
Cash, Cashier’s/Manager’s Check, Bank Draft/Guarantee or an irrevocableLetter of Credit issued by a foreign bank, it shall be accompanied by a confirmationfrom a Universal or Commercial Bank equivalent to two percent (2%) of the ABC; or
Surety Bond equivalent to five percent (5%) of the ABC, it shall be accompanied bya certification by the Insurance Commission that the surety or insurance company isauthorized to issue such instruments.
20SUBIC BAY METROPOLITAN
AUTHORITY
TAB H Project Requirements, which shall include the following:
1. Bidder’s Organizational Chart for the Contract;
2. List of bidder’s personnel (e.g., Project Manager, Project Engineers, MaterialsEngineers, and Foremen), to be assigned to the contract to be bid, with their completequalification and experience data. These personnel must meet the required minimumyears of experience set in the BDS, using the forms prescribed in Section IX. BiddingForms:
a. Bidder’s Certification on Key Personnel for the Contract; andb. Key Personnel’s Affidavit of Commitment to Work on the Contract.
3. List of Bidder’s Major Equipment Units Pledged to the Contract owned, leased,and/or under purchase agreements using the form prescribed in Section IX. BiddingForms, supported by any of the following, as the case may be, which must meet theminimum requirements for the contract set in the BDS:
a. Proof of Ownership (Official Receipt and Certificate of Registration for motorvehicles and heavy equipment or Deed of Sale/Official Receipt for otherequipment); andb. Bidder’s Certification on the availability of the Equipment for the Contract.
21
TAB ISworn statement in accordance with Section 25.3 of the IRR of RA 9184, using the formprescribed in Section IX. Bidding Forms.
TAB JAuthority of the Signatory (Secretary’s Certificate forcorporations/partnerships/cooperatives or Special Power of Attorney (SPA) for soleproprietorships), using the form prescribed in Section IX. Bidding Forms.
TAB K
Other Technical Documentary Requirements:
1. Valid Philippine Contractors Accreditation Board (PCAB) license and registration;
2. Professional Regulation Commission (PRC) ID of the required key personnel as stated in the Bid Data Sheet (BDS);
3. Bid Bulletin issued by the Bids and Awards Committee (BAC), if any;
PROPOSED CONSTRUCTION OF
STORAGE FACILITY FOR
HAZARDOUS MATERIALS
REHABILITATION OF MT. STA. RITA
COMMUNICATION FACILITY
PCAB LICENSE Category C or D Category C or D
SIZE RANGE Small B – GB-1 (Building or Industrial
Plant)
Small B – GB-1 (Building or
Industrial Plant)
22SUBIC BAY METROPOLITAN
AUTHORITY
Financial Bid/Proposal, using the form prescribed in Section IX. Bidding Forms.
TAB LFinancial Bid Form, which includes bid prices and the bill of quantities, in accordancewith ITB Clauses 15.1 and 15.3; and
TAB M Detailed Estimate in the form of Unit Price Analysis, as stated in the BDS
TAB N Cash Flow by quarter and monthly payment schedule in accordance with theprescribed form.
II. FINANCIAL COMPONENT
PRE-BID CONFERENCE
BIDDER:ABC COMPANYNO. 88 RR ROAD, CRISTOBAL ST.PACO, MANILA
Subic Bay Metropolitan AuthorityBids and Awards Committee for Infrastructure
Engineering Conference Room, Room 218 Bldg. 255, Barryman Road Subic Bay Freeport Zone
(BIG ENVELOPE CONTAINING ORIGINAL BID, COPY NO. 1 & COPY NO. 2 ENVELOPES)
PROJECT NAMESBMA-BAC-INFRA-ITB-XX-20
General Requirements for Government Procurement
DO NOT OPEN BEFORE: (September 03, 2020)
General Requirements for Government Procurement
PRE-BID CONFERENCE
PROJECT NAMESBMA-BAC-INFRA-ITB-XX-20
BIDDER:ABC COMPANYNO. 88 RR ROAD, CRISTOBAL ST.PACO, MANILA
ORIGINAL BID/ COPY NO. 1 / COPY NO. 2
Subic Bay Metropolitan AuthorityBids and Awards Committee for Infrastructure
Engineering Conference Room, Room 218 Bldg. 255, Barryman Road Subic Bay Freeport Zone
DO NOT OPEN BEFORE: (September 03, 2020)
General Requirements for Government Procurement
PRE-BID CONFERENCE
PROJECT NAMESBMA-BAC-INFRA-ITB-XX-20
BIDDER:ABC COMPANYNO. 88 RR ROAD, CRISTOBAL ST.PACO, MANILA
ORIGINAL/ COPY NO. 1 / COPY NO. 2- TECHNICAL COMPONENT
Subic Bay Metropolitan AuthorityBids and Awards Committee for Infrastructure
Engineering Conference Room, Room 218 Bldg. 255, Barryman Road Subic Bay Freeport Zone
DO NOT OPEN BEFORE: (September 03, 2020)
General Requirements for Government Procurement
PRE-BID CONFERENCE
BIDDER:ABC COMPANYNO. 88 RR ROAD, CRISTOBAL ST.PACO, MANILA
ORIGINAL/ COPY NO. 1 / COPY NO. 2- FINANCIAL COMPONENT
PROJECT NAMESBMA-BAC-INFRA-ITB-XX-20
Subic Bay Metropolitan AuthorityBids and Awards Committee for Infrastructure
Engineering Conference Room, Room 218 Bldg. 255, Barryman Road Subic Bay Freeport Zone
DO NOT OPEN BEFORE: (September 03, 2020)
PRE-BID CONFERENCE
Technical TechnicalFinancial Financial
Original Copy No. 1
Original Bid Copy No. 1
PACKAGING
Technical Financial
Copy No. 2
Copy No. 2
Note: ITB 20.5 – The BAC shall
assume no responsibility for the
misplacement of the contents of
the improperly sealed or marked
bid, or for its premature opening.
General Requirements for Government Procurement
PRE-BID CONFERENCE
1. Late Submission;
2. Incomplete Submission (Documents and incompletely filled
out prescribed forms);
3. Un-Notarized Documents (Bid
Securing Declaration, Omnibus
Sworn Statement, Secretary’s
Certificate, etc.)
4. Number of Bid Copies;
5. Failure to Sign Relevant
Documents;
6. Bid exceeding the ABC.
COMMON REASONS FOR DISQUALIFICATION (OBSERVED DURING BID OPENING)
30S U B I C B A Y M E T R O P O L I T A N A U T H O R I T Y
BIDDER RESPONSIBILITIES
General Requirements for Government Procurement
PRE-BID CONFERENCE
1. Pay applicable fee in acquiring bidding
documents (Bidder Registration) on or
before the designated time indicated in the
Invitation to Bid.
2. Inquire and Secure Supplemental/ Bid
Bulletins that may be issued by the BAC. (as
per Sec. 22.5.3 of the 2016 IRR of RA 9184)
3. Submit Bids on time.
31S U B I C B A Y M E T R O P O L I T A N A U T H O R I T Y
http://www.mysubicbay.com.ph/bids
32S U B I C B A Y M E T R O P O L I T A N A U T H O R I T Y
You may direct the Request for Clarifications to:
E-mail:
Mail/Courier:
BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE
Room 205, Building 255, Barryman Road,
Subic Bay Freeport Zone
Fax:
047-252-4284/4780
Phone:
047-252-4513/4230