bids and awards committee – information technology ... - BSP

197
Pro Form No. 02-002 • Version: 6 • Updated: (For enrollment in PrO-QMS) File/Ref. No. PrMD-202106_0025e-BC Page 1 of 4 BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS REQUEST FOR EXPRESSION OF INTEREST 1. The BANGKO SENTRAL NG PILIPINAS (BSP), through its Bids and Awards Committee – Information Technology, Infrastructure and Other Related Components (BAC-ITIO), invites prospective bidders to apply for eligibility to bid for the hereunder requirement: Name of Requirement/ Brief Description One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference Project Identification No. (PIN) BAC-ITIO CS No. 2021-0168 dated 28 May 2021 Approved Budget for the Contract Php9,000,000.00, inclusive of all applicable taxes (Bids exceeding this amount shall be automatically rejected at the opening of the financial proposals.) Funding Source BSP Corporate Fund Contract Duration Within eighteen (18) months from the date stipulated in the Notice to Proceed (NTP) to be issued by the Project Development and Management Department (PDMD). 2. The Bangko Sentral ng Pilipinas (BSP) intends to construct a two-storey BSP Bacolod Branch building and other ancillary structures at its 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental. The over-all design shall incorporate sustainable design or green design, solutions to address the New Normal Economy setting and shall adhere to the BSP design standards for branch buildings. 3. The BSP now calls for the submission of eligibility documents for the project. Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines. 4. The BAC-ITIO shall draw up the short list of consultants from those who have submitted eligibility documents and have been determined as eligible in accordance with the provisions of the 2016 Revised IRR. Only the top five (5) ranking consultants meeting the minimum score of eighty (80) points shall be included in the short list and will be entitled to submit bids. The criteria and rating system to be used for short listing are: ITEM WEIGHT (Points) Applicable Company Experience 50 Qualification of Personnel 40 Workload Capacity 10 TOTAL 100

Transcript of bids and awards committee – information technology ... - BSP

Pro Form No. 02-002 • Version: 6 • Updated: (For enrollment in PrO-QMS)

File/Ref. No. PrMD-202106_0025e-BC Page 1 of 4

BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS

REQUEST FOR EXPRESSION OF INTEREST

1. The BANGKO SENTRAL NG PILIPINAS (BSP), through its Bids and Awards Committee – Information Technology, Infrastructure and Other Related Components (BAC-ITIO), invites prospective bidders to apply for eligibility to bid for the hereunder requirement:

Name of Requirement/ Brief Description

One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

Project Identification No. (PIN)

BAC-ITIO CS No. 2021-0168 dated 28 May 2021

Approved Budget for the Contract

Php9,000,000.00, inclusive of all applicable taxes (Bids exceeding this amount shall be automatically rejected at the opening of the financial proposals.)

Funding Source BSP Corporate Fund

Contract Duration Within eighteen (18) months from the date stipulated in the Notice to Proceed (NTP) to be issued by the Project Development and Management Department (PDMD).

2. The Bangko Sentral ng Pilipinas (BSP) intends to construct a two-storey BSP Bacolod Branch building and other ancillary structures at its 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental. The over-all design shall incorporate sustainable design or green design, solutions to address the New Normal Economy setting and shall adhere to the BSP design standards for branch buildings.

3. The BSP now calls for the submission of eligibility documents for the project. Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines.

4. The BAC-ITIO shall draw up the short list of consultants from those who have submitted eligibility documents and have been determined as eligible in accordance with the provisions of the 2016 Revised IRR. Only the top five (5) ranking consultants meeting the minimum score of eighty (80) points shall be included in the short list and will be entitled to submit bids. The criteria and rating system to be used for short listing are:

ITEM WEIGHT (Points)

Applicable Company Experience 50

Qualification of Personnel 40

Workload Capacity 10

TOTAL 100

Pro Form No. 02-002 • Version: 6 • Updated: (For enrollment in PrO-QMS)

File/Ref. No. PrMD-202106_0025e-BC Page 2 of 4

5. The following schedule of activities shall be observed:

Activities1 Schedule Venue

a. Issuance of Eligibility Requirements

Starting 16 June 2021 (from 9:00 A.M. to 2:00

P.M. only)

Due to the COVID-19 pandemic, hard copies of documents are no longer issued for the duration of community restrictions.

b. Pre-eligibility Meeting 23 June 2021, 9:30 A.M. (PHILIPPINE TIME)

MR2B Conference Room, 2nd Floor, 5-Storey Building, BSP Main Complex, Malate, Manila (participation of interested bidders and observers will be through online teleconferencing or videoconferencing through the Microsoft Teams platform)

c. Deadline for Submission of Eligibility Documents

05 July 2021, 1:00 P.M. (PHILIPPINE TIME)

Manual submission: Gate 3 Reception Lobby, Bangko Sentral ng Pilipinas, A. Mabini corner P. Ocampo Sr. Sts., Malate, Manila. Electronic submission: [email protected] Electronic bids not submitted to the official email address of [email protected] shall not be accepted.

Likewise, late bids shall not be accepted.

d. Opening of Eligibility Documents

MR2B Conference Room, 2nd Floor, 5-Storey Building, BSP Main Complex, Malate, Manila

e. All Written Requests The Bids and Awards Committee – Information Technology, Infrastructure and Other Related Components Through: The BAC Secretariat Room 213, 2nd Flr. 5-Storey Bldg. A. Mabini and P. Ocampo Sts., Malate, Manila Tel Nos.: 5306-2798/5306-2800/8708-7173 Fax No.: 8708-7116 Email Address: [email protected] Note: All requests shall be in writing and addressed to the BAC Secretariat.

1 Refer to Advisory/Quick Guide on the Conduct of Procurement Activities by the Bids and Awards Committees issued by the BSP

Head Office BAC – Secretariat as of 11 September 2020, and Clauses 5 and 8.1 of the Eligibility Data Sheet for guidelines in the conduct of Pre-eligibility Meeting, and Deadline for Submission and Opening of Eligibility Documents, respectively.

Pro Form No. 02-002 • Version: 6 • Updated: (For enrollment in PrO-QMS)

File/Ref. No. PrMD-202106_0025e-BC Page 3 of 4

6. The BSP shall evaluate bids of the shortlisted consultants using the Quality-Cost Based Evaluation (QCBE) procedure using the corresponding weights of 60% for the technical proposal and 40% for the financial proposal. The criteria for the evaluation of bids shall be provided in the Bidding Documents.

7. The eligibility and bidding documents are posted in the Philippine Government Electronic Procurement System (www.philgeps.gov.ph) and the BSP (www.bsp.gov.ph) websites. Interested consultants/shortlisted consultants may download the eligibility and bidding documents from any of these websites. However, the shortlisted consultants shall pay fee of Php10,000.00, by sending an email request to [email protected] and [email protected], not later than the submission of their bids.2

8. The pre-eligibility meeting shall be open to interested parties, while the pre-bid conference shall be open to shortlisted Consultants. The conduct of pre-eligibility meeting and pre-bid conference shall be through online teleconferencing or videoconferencing using the Microsoft Teams platform.

9. All particulars and activities relative to Eligibility of Bidders, Bid Security, Performance Security,

Pre-Bid Conference/s, Evaluation of Bids, Post-qualification and Award of Contract shall be governed by Rep. Act No. 9184 and its 2016 Revised Implementing Rules and Regulations (2016 Revised IRR).

10. Prospective bidders can submit their bids manually or electronically, but they cannot avail of

both manual and electronic submission of bids. For the procedures on submission of manual and electronic bids, bidders shall refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids.

11. The BSP assumes no responsibility whatsoever to compensate or indemnify any bidder for

expenses incurred in the preparation of bid. 12. The BSP 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 in accordance with Section 41 of the 2016 Revised IRR, without hereby incurring any liability to affected bidder or bidders.

13. Further information may be obtained from the following:

1. Sale of bidding documents 2. Submission of bids (manual

or electronic) 3. Links for online connectivity

for procurement activities 4. Written clarifications on

the project

The Bids and Awards Committee (BAC) – Information Technology, Infrastructure and Other Related Components Through: The BAC Secretariat Room 213, 2nd floor, 5-Storey Building A. Mabini and P. Ocampo, Sr. Sts., Malate, Manila Tel. Nos.: 5306-2798/5306-2800/8708-7173 Fax No.: 8708-7116 Email Address: [email protected]

2 Please refer to the attached Annex A – Procedures in the payment of bidding documents.

Pro Form No. 02-002 • Version: 6 • Updated: (For enrollment in PrO-QMS)

File/Ref. No. PrMD-202106_0025e-BC Page 4 of 4

Details on the issuance and uploading of bidding documents

The BAC – Information Technology, Infrastructure and Other Related Components Through: Procurement Office Tel. No.: 8708-7131 Fax No.: 8708-7115 Email Address: [email protected]

SGD.

SILVINA Q. MAMARIL-ROXAS Chairperson

File/Ref. No. PrMD-202106-0025e -BC Page 1 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS

CHECKLIST OF ELIGIBILITY REQUIREMENTS

(Consulting Services) – Stage 1 Title of Requirement : One (1) Lot – Architectural and Engineering Design

Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

Approved Budget for the Contract (ABC)

: Php9,000,000.00, inclusive of all applicable taxes

Bidder :

FOR MANUAL SUBMISSION:

BIDDERS SHALL SUBMIT TWO (2) SETS (ORIGINAL & PHOTOCOPY) OF ELIGIBILITY DOCUMENTS.

FOR ELECTRONIC SUBMISSION: 1. BIDDERS SHALL SUBMIT ELIGIBILITY DOCUMENTS IN ZIPPED FOLDER WITH PASSWORD. 2. PASSWORD SHALL BE KNOWN ONLY TO THE BIDDER OR ITS DULY AUTHORIZED

REPRESENTATIVE/S AND SHALL NOT BE DISCLOSED TO ANY BSP PERSONNEL BEFORE THE OPENING OF ELIGIBILITY DOCUMENTS.

3. DOCUMENTS WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER (USE 7-ZIP COMPRESSION TOOL) AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORDS SHALL BE CONSIDERED UNSEALED SUBMISSION AND NOT COMPLYING WITH THE TWO-FACTOR SECURITY PROCEDURE, AND HENCE, SHALL BE REJECTED DURING THE OPENING OF ELIGIBILITY DOCUMENTS.

For the detailed procedures, refer to ANNEX C. GUIDELINES ON MANUAL AND ELECTRONIC SUBMISSION OF BIDS.

ELIGIBILITY REQUIREMENTS ENVELOPE

The preliminary examination of eligibility requirements shall use a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate as “passed”. (Rule IX, Section 30.1)

(To be filled-up by the BSP Evaluator during the Preliminary Examination of Eligibility Documents.)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

I. Class “A” Documents

1./E-DOC1 Eligibility Documents Submission Form (Use BSP-

prescribed form).

File/Ref. No. PrMD-202106-0025e -BC Page 2 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Notes: i. The Eligibility Documents Submission Form shall be

signed by the duly authorized representative/s of the bidder. Failure to do so shall be ground for the rejection of the eligibility documents.

ii. If bidding as a Joint Venture (JV), all partners must submit the document.

2./E-DOC2 Philippine Government Electronic Procurement System (PhilGEPS) Platinum Membership:

Current PhilGEPS Certificate of Registration - Platinum Membership; and

Annex “A” showing the following documents: a. Registration Certificate (SEC; DTI; or

CDA); b. Y2021 Mayor’s/Business Permit;1 OR in

cases of recently expired Mayor’s/Business Permit, copy of recently expired Permit and Official Receipt for renewal, subject to submission of Business or Mayor’s permit after award of contract but before payment

c. Current2 Tax Clearance Certificate (TCC);3 AND

d. Y2019 Audited Financial Statements (AFS).

Notes: i. In case the bidder opted to submit their Class “A”

Documents (Items 1a to 1d listed above), the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in Envelope No. 3 (Stage 2), in accordance with GPPB Resolution No. 26-2017.

1 Or the equivalent document for Exclusive Economic Zones (EEZ) or Areas. 2 The TCC must be valid or effective (not expired) on the date of the opening of bids and must be valid for BIDDING PURPOSES. Once duly

filed with the BSP, the Tax Clearance shall be accepted upon submission for all biddings that will be undertaken within the period of effectivity of the Tax Clearance. However, the Bidder shall still submit a photocopy of the Tax Clearance and indicate therein that it has already submitted the same to BSP as part of the Class “A” documents.

3 The TCC refers to the clearance issued by the Accounts Receivable Monitoring Division (ARMD) or appropriate office of the Bureau of Internal Revenue, which is valid for bidding purposes, attesting that the taxpayer has no outstanding Final Assessment Notice and/or delinquent account. As with other bidding requirements, the BSP validates the TCC as against the BIR list of entities with validly issued TCCs.

File/Ref. No. PrMD-202106-0025e -BC Page 3 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

ii. The documents listed under Annex “A” must be valid on bidding date. In case any of these documents have expired, a valid document/s shall be attached to the PhilGEPS Certificate of Registration, otherwise bid shall be considered “failed”.

iii. Submission of a consolidated AFS is allowed, provided, that the data for the participating Bidder can be extracted to establish the financial capacity of the Bidder.

iv. If bidding as a Joint Venture (JV), all partners must submit the document.

3./E-DOC3 Statement of the Bidder of all its ongoing

government and private contracts as of 31 May 2021, including all contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Use BSP-prescribed form).

The statement shall include, for each contract, the following: a. Name of the client and description of project; b. Contract reference and date; c. Amount of contract and percentage of

accomplishment; AND d. Value of outstanding contracts.

Notes: i. Bidders shall include all ongoing contracts with the

BSP, including all contract/s awarded but not yet started for the said period, if any.

ii. If the bidder’s ongoing government and private contracts are not covered by a Non-Disclosure Agreement (NDA), the bidder shall submit a duly accomplished Statement Form No. 1 (Use BSP-prescribed form).

iii. If the bidder’s ongoing government and private contracts are covered by a NDA, the bidder shall submit a duly accomplished and notarized Statement Form No. 2 (Use BSP-prescribed form). The statement must include, for each contract, the following: a. Indicative Aggregate Amount of the Contract; b. Percentage of Accomplishment; and

File/Ref. No. PrMD-202106-0025e -BC Page 4 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

c. Indicative Aggregate Value of Outstanding Works/Undelivered Portion.

iv. The Bidder is allowed to submit an unnotarized Statement Form No. 2 subject to submission of the NOTARIZED copy thereof during post-qualification stage under Envelope No. 3.

v. If bidding as a JV, the statement shall be submitted by any of the JV partners.

vi. For purposes of evaluating the Work Load Capacity, contracts with completed design phase (i.e., Schematic Design to Contract Documents Phase) will no longer be counted as an ongoing contract/project.

vii. The ongoing contracts shall be used as basis for the rating of Work Load Capacity [see Clause 9.2 of Eligibility Data Sheet (EDS)].

4./E-DOC4 Computation of Net Financial Contracting Capacity

(NFCC) which must be at least equal to the total ABC, based on the submitted AFS under Item 2./E-DOC2 (d) and list of ongoing project/s under Item 3./E-DOC3.

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started, if any.

Notes: i. If bidding as a JV, the document shall be submitted

by any of the JV partners, provided that the partner responsible to submit the NFCC shall likewise submit the Statement of all ongoing contracts and AFS.

ii. The NFCC shall be used as basis for the rating of Workload Capacity [see Clause 9.2 of Eligibility Data Sheet (EDS)].

iii. The amount of NFCC must be indicated in the Criteria for Determination of Eligibility of Bidders Blank Form.

5./E-DOC5 Statement of the Bidder enumerating all its

completed government and private contracts, from Y2010 to present, whether similar or not similar in nature and complexity to the contract to be bid. (Use BSP sample form as guide).

For the purpose of rating the criteria for Applicable

File/Ref. No. PrMD-202106-0025e -BC Page 5 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Experience, bidders should identify and highlight at least two (2) similar completed contracts from Y2010 to present involving Detailed Architectural and Engineering Design Consultancy Services involving civil works with site development and structural steel and/or reinforced concrete design structure for commercial, office, institutional and/or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys. The same must be indicated in the Criteria for Determination of Eligibility of Bidders Blank Form.

For the identified and highlighted similar completed contracts, the bidder must submit the following supporting documents:

a. Copy/ies of contract/s with following details: i. Name of client(s); ii. Contract amount and duration; iii. Nature/type of services provided; iv. Client’s contact name(s), address(es) and

phone number(s)/e-mail address(es).

(Contract/ Agreement can be any or all of the following: Contract/Job Order/Purchase Order/Notice of Award/Notice to Proceed/ Sales Invoice/Official Receipt or any other duly executed document proving/showing the above details)

Contract Type of Contract

No. 1

No. 2

No. 3

No. 4

No. 5

No. 6

AND

File/Ref. No. PrMD-202106-0025e -BC Page 6 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

b. Proof of Completion and Acceptance for the aforesaid contracts (Proof of completion and acceptance can be any or all of the following: Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts)

Contract Proof of Completion and Acceptance

No. 1

No. 2

No. 3

No. 4

No. 5

No. 6

Notes: i. The bidder should declare/indicate the completed

contract/s that are being submitted as similar. ii. The submitted document/s must show the following

mandatory information: a. For contracts identified in the statement as

similar contract, the nature or scope of work is similar to the requirement;

b. Contract must have been completed as of date of opening of eligibility requirements.

iii. If all details needed in items 5(a) and 5(b) can be established in a single official document, the same is acceptable as submission for the two (2) items.

iv. Bidders shall include all contracts with the BSP for the said period, if any.

v. If bidding as a JV, the statement shall be submitted by any of the JV partners.

vi. If the bidder’s similar contract is covered by confidentiality agreement, it shall submit a certification from its client stating the following details: a. Name of client(s); b. Contact information of client(s);

File/Ref. No. PrMD-202106-0025e -BC Page 7 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

c. Nature of services provided with indicative amount;

d. The contract has been successfully completed from Y2010 to present; and

e. A statement that the disclosure of the contract is restricted by confidentiality agreement.

vii. The similar completed contracts shall be used as basis for the rating of Applicable Experience [see Clause 9.2 of Eligibility Data Sheet (EDS)].

6./E-DOC6 Statement of the Consultant specifying the

nationality, technical competence and its proposed Project Management Team (PMT) that will be involved in the implementation of the project (Use sample form – SF CONS 19). The PMT shall be composed of the following personnel and their qualifications shall be supported by the following: a. Principal or Managing Officer:

With Curriculum Vitae (use sample form – TPF 6), highlighting the qualification requirements as defined in the Checklist of Eligibility Requirements (Stage 1)/ TOR /Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. b. Design Architect:

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the

File/Ref. No. PrMD-202106-0025e -BC Page 8 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. c. Civil / Structural Engineer:

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. d. Professional Electrical Engineer:

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. e. Professional Electronics Engineer:

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following:

File/Ref. No. PrMD-202106-0025e -BC Page 9 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Recently expired Professional Identification Card; AND

Official Receipt as proof of payment for the application for renewal.

f. Professional Mechanical Engineer With Curriculum Vitae (Use sample form

– TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. g. Sanitary Engineer

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal. h. Landscape Architect

With Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

File/Ref. No. PrMD-202106-0025e -BC Page 10 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Identification Card; AND Official Receipt as proof of payment

for the application for renewal.

Notes: i. The above documents shall be used as basis for the

rating of Qualification of Personnel [see Clause 9.2 of Eligibility Data Sheet (EDS)].

ii. The qualifications of the nominated personnel must be indicated in the Criteria for Determination of Eligibility of Bidders Blank Form.

7./E-DOC7 Duly accomplished “Criteria for Determination of

Eligibility of Bidders Blank Form”

II. Class “B” Documents

8./E-DOC8 If bidding as a FORMED Joint Venture (JV) Valid JV Agreement (JVA) showing that Filipino

ownership or interest of the JV concerned shall be at least 60%.

If bidding as a JV TO BE FORMED In the absence of a JVA, a NOTARIZED statement(s)

from each/all the potential JV partners stating that they will enter into and abide by the provisions of the JVA in the instance that their bid is successful.

Note: The Bidder is allowed to submit an unnotarized statement from each/all the potential JV partners stating that they will enter into and abide by the provisions of the JVA in the instance that their bid is successful, subject to submission of the valid JVA within ten (10) calendar days from receipt of the Notice of Award.

9./E-DOC9 Proof of Appointment of Bidder’s Authorized Representative/s: NOTARIZED Certificate issued by the Corporate

Secretary (for Corporation/Cooperative/Joint Venture) or issued by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative/s

File/Ref. No. PrMD-202106-0025e -BC Page 11 of 11

Pro Form No. 02-001 • Version: 8 • Updated: (For enrollment in PrO-QMS)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

(Refer to Sample Form); OR NOTARIZED Special Power of Attorney, for Sole

Proprietorship (Refer to Sample Form). Notes: i. The Proof of Appointment of Bidder’s Authorized

Representative/s shall include, among other things, the following details: a. Resolution Number/Order; b. Government-issued ID of the Affiant; and c. Government-issued ID of the Authorized

Representative/s with Specimen Signature. ii. If bidding as a JV, which is already formed, JV can

submit one NOTARIZED Certificate appointing bidder’s representative/s;

iii. If JV is not yet formed, all partners must submit the Notarized Certificate;

iv. The Bidder is allowed to submit an unnotarized Proof of Appointment, subject to submission of the NOTARIZED Proof of Appointment prior to execution of the Purchase Order/Job Order or Contract, if the bidder’s representative will be the one to sign the same on behalf of the winning bidder;

v. Frequent or past bidders of the BSP who maintain or retain the same bidders’ representative can submit a copy of the same Secretary’s Certificate or SPA used in another bidding.

Checked by: ________________________

Signature Above Name

Date: ________________________

IMPORTANT NOTICE: In case of any inconsistency between the Checklist of Eligibility Requirements (Checklist) / Eligibility Data Sheet (EDS) and the provisions in the Eligibility Documents, the Checklist / EDS shall prevail.

File/Ref No.: PrMD-202106-0025e-BC Page 1 of 4

ELIGIBILITY DATA SHEET

One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

Eligibility Document

Clause SUPPLEMENTAL INFORMATION / REQUIREMENTS

1.2 The Bangko Sentral ng Pilipinas (BSP) intends to construct a two-storey BSP Bacolod Branch building and other ancillary structures at its 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental. The over-all design shall incorporate sustainable design or green design, solutions to address the New Normal Economy setting and shall adhere to the BSP design standards for branch buildings.

1.3 No further instructions.

2.1 (a)(ii) Statement of the Bidder of all its ongoing government and private contracts as of 31 May 2021, including all contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Use BSP-prescribed form).

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

a. Name of the client and description of project; b. Contract reference and date; c. Amount of contract and percentage of accomplishment; AND d. Value of outstanding contracts.

Notes: i. Bidders shall include all ongoing contracts with the BSP, including all

contract/s awarded but not yet started for the said period, if any. ii. If the bidder’s ongoing government and private contracts are not covered by a

Non-Disclosure Agreement (NDA), the bidder shall submit a duly accomplished Statement Form No. 1 (Use BSP-prescribed form).

iii. If the bidder’s ongoing government and private contracts are covered by a NDA, the bidder shall submit a duly accomplished and notarized Statement Form No. 2 (Use BSP-prescribed form). The statement must include, for each contract, the following: a. Indicative Aggregate Amount of the Contract; b. Percentage of Accomplishment; and c. Indicative Aggregate Value of Outstanding Works/Undelivered Portion.

iv. The Bidder is allowed to submit an unnotarized Statement Form No. 2 subject to submission of the NOTARIZED copy thereof during post-qualification stage under Envelope No. 3.

v. If bidding as a JV, the statement shall be submitted by any of the JV partners. vi. The ongoing contracts shall be used as basis for the rating of Workload

Capacity (See Clause 9.2)

File/Ref No.: PrMD-202106-0025e-BC Page 2 of 4

Eligibility Document

Clause SUPPLEMENTAL INFORMATION / REQUIREMENTS

2.1 (a)(ii.7) Proof of Completion and Acceptance for the similar contracts (Proof of completion and acceptance can be any or all of the following: Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts).

3.3 The Eligibility Documents Submission Form shall be signed by the duly authorized representative/s of the Bidder. Failure to do so shall be a ground for the rejection of the eligibility documents.

4.2 FOR MANUAL SUBMISSION: BIDDERS SHALL SUBMIT TWO (2) SETS (ORIGINAL & PHOTOCOPY) OF ELIGIBILITY DOCUMENTS.

FOR ELECTRONIC SUBMISSION: 1. BIDDERS SHALL SUBMIT ELIGIBILITY DOCUMENTS IN ZIPPED FOLDER WITH

PASSWORD. 2. PASSWORD SHALL BE KNOWN ONLY TO THE BIDDER OR ITS DULY

AUTHORIZED REPRESENTATIVE/S AND SHALL NOT BE DISCLOSED TO ANY BSP PERSONNEL BEFORE THE OPENING OF ELIGIBILITY DOCUMENTS.

3. DOCUMENTS WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER (USE 7-ZIP COMPRESSION TOOL) AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORDS SHALL BE CONSIDERED UNSEALED SUBMISSION AND NOT COMPLYING WITH THE TWO-FACTOR SECURITY PROCEDURE, AND HENCE, SHALL BE REJECTED DURING THE OPENING OF ELIGIBILITY DOCUMENTS.

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids.

4.3(e) All envelopes shall be addressed to the:

The Bids and Awards Committee – Information Technology, Infrastructure and Other Related Components Bangko Sentral ng Pilipinas Room MR2B Conference Room, 2nd Floor, 5-Storey Building, BSP Main Complex, A. Mabini cor. P. Ocampo Sts. Manila.

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids.

4.3(f) The name of the project is:

\One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

File/Ref No.: PrMD-202106-0025e-BC Page 3 of 4

Eligibility Document

Clause SUPPLEMENTAL INFORMATION / REQUIREMENTS

5 The address for submission of Eligibility Documents is:

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids.

The deadline for submission of Eligibility Documents is: 05 July 2021, 1:00 P.M. (PHILIPPINE TIME)

8.1 The place of the Opening of Eligibility Documents is:

MR2B Conference Room, 2nd Floor, 5-Storey Building BSP Main Complex, A. Mabini cor. P. Ocampo Sts., Malate, Manila

The date and time of the Opening of Eligibility Documents is:

05 July 2021, 1:00 P.M. (PHILIPPINE TIME)

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids.

9.1 At least two (2) similar completed contracts from Y2010 to present involving Detailed Architectural and Engineering Design Consultancy Services involving civil works with site development and structural steel and/or reinforced concrete design structure for commercial, office, institutional and/or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys.

9.2 EVALUATION CRITERIA FOR SHORTLISTING AND FOR BIDDING

ITEM POINTS

I. APPLICABLE FIRM ELIGIBILITY AND EXPERIENCE Experience of the consultant (meaning the consulting firm and associates in case of joint venture)

50

II. QUALIFICATION OF PERSONNEL Qualification of key personnel who may be assigned to the job vis-à-vis extent and complexity of undertaking

40

III. WORKLOAD CAPACITY 10

TOTAL POINTS 100

Corresponding points are given based on the criteria below. These are added to determine the total points for a Consultant. The bidders shall be ranked according to their total equivalent points. Only the top five (5) ranking consultants meeting the minimum cut-off score of 80 points shall be considered

File/Ref No.: PrMD-202106-0025e-BC Page 4 of 4

Eligibility Document

Clause SUPPLEMENTAL INFORMATION / REQUIREMENTS

eligible. Failure to meet the minimum points will result in the immediate disqualification to participate in the next stage of the bidding process. A rating/score of “ineligible” for any of the criterion shall mean that the bidder cannot be considered for shortlisting and is ineligible to participate in the next stage of the bidding process.

See attached Evaluation of Submittals for the Criteria for Shortlisting of Consultants for details.

10 The step-by-step procedure in filing a protest is posted, and can be accessed, in the BSP Website.

Version 2 – 08 June 2021

PROJECT DEVELOPMENT AND MANAGEMENT DEPARTMENT Bidder : Subject : Evaluation of Submittals for the Criteria for Short Listing of

Consultants Architectural and Engineering (A&E) Design Consultancy Service for the Proposed Construction of New Bangko Sentral ng Pilipinas Bacolod Branch Building

No. BSP Requirement Bidder’s Qualification Points Score

I Applicable Company Experience 50

a. Copy of the bidder’s two (2) completed contracts from Y2010 to present involving Detailed Architectural and Engineering Design Consultancy Services involving civil works with site development and structural steel and/ or reinforced concrete design structure for commercial, office, institutional and/ or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys.

Six (6) or more similar completed contracts submitted with corresponding Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts.

50

Three (3) to five (5) similar completed contracts submitted with corresponding Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts

45

Page 2 of 6

Version 2 – 08 June 2021

No. BSP Requirement Bidder’s Qualification Points Score

b. Corresponding Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts.

Two (2) similar completed contracts submitted with corresponding Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts

40

If not meeting all of the required experiences and documents.

Ineligible

II Qualification of Personnel 40 1.0 Principal or Managing Officer

Registered Architect with the following qualifications: a. Minimum fifteen (15) years

of experience in architectural design and coordinating team efforts in Architectural and Engineering Design (as a registered Architect).

More than twenty (20) years of experience.

3

Sixteen (16) to twenty (20) years of experience.

2.7

Fifteen (15) years of experience.

2.4

b. With at least three (3) design projects of similar or greater complexity (Refer to Item No. I.a); one of which is incorporating sustainable design or green architecture.

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

2.0 Design Architect Registered Architect with the following qualifications: a. Minimum fifteen (15) years

of experience in architectural design and coordinating team efforts in Architectural and Engineering Design (as a registered Architect).

More than twenty (20) years of experience.

3

Sixteen (16) to twenty (20) years of experience.

2.7

Fifteen (15) years of experience.

2.4

b. With at least three (3) Six (6) or more design projects that meet the

2

Page 3 of 6

Version 2 – 08 June 2021

No. BSP Requirement Bidder’s Qualification Points Score

design projects of similar or greater complexity (Refer to Item No. I.a); one of which is incorporating sustainable design or green architecture.

required criteria. Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

3.0 Civil / Structural Engineer Registered Civil Engineer with the following qualifications: a. Minimum fifteen (15) years

of experience as a registered Civil Engineer.

More than twenty (20) years of experience.

3

Sixteen (16) to twenty (20) years of experience.

2.7

Fifteen (15) years of experience.

2.4

b. With at least three (3) design projects involving structural steel and/or reinforced concrete structures for new commercial, office and/ or institutional buildings.

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

4.0 Professional Electrical Engineer a. Minimum five (5) years of

experience as a registered Professional Electrical Engineer.

More than ten (10) years of experience.

3

Six (6) to ten (10) years of experience.

2.7

Five (5) years of experience.

2.4

b. With at least three (3) design projects involving design of electrical, security and fire alarm system requirements for

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Page 4 of 6

Version 2 – 08 June 2021

No. BSP Requirement Bidder’s Qualification Points Score

commercial, institutional, industrial buildings.

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

5.0 Professional Electronics Engineer a. Minimum five (5) years of

experience as a registered Professional Electronics Engineer.

More than ten (10) years of experience.

3 Six (6) to ten (10) years of

experience. 2.7

Five (5) years of experience.

2.4

b. With at least three (3) design projects involving electronics and communications (security, fire detection and alarm, public address/ background music, special audio and lighting), IT systems for commercial, institutional, industrial buildings.

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

6.0 Professional Mechanical Engineer a. Minimum five (5) years of

experience as a registered Professional Mechanical Engineer.

More than ten (10) years of experience.

3

Six (6) to ten (10) years of experience.

2.7

Five (5) years of experience.

2.4

b. With at least three (3) design projects involving air conditioning, ventilation and fire protection system requirements for commercial, institutional, industrial buildings, specifically the air conditioning/ ventilation system design of cash

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

Page 5 of 6

Version 2 – 08 June 2021

No. BSP Requirement Bidder’s Qualification Points Score

vaults and areas/ structures with similar pollutants.

If not meeting all the required qualification.

Ineligible

7.0 Sanitary Engineer a. Minimum five (5) years of

experience as a registered Sanitary Engineer.

More than ten (10) years of experience.

3

Six (6) to ten (10) years of experience.

2.7

Five (5) years of experience.

2.4

b. With at least three (3) design projects involving plumbing and water distribution, one of which is incorporating rainwater harvesting.

Six (6) or more design projects that meet the required criteria.

2

Four (4) to five (5) design projects that meet the required criteria.

1.8

Three (3) design projects that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

8.0 Landscape Architect a. Minimum five (5) years of

experience as a registered Landscape Architect.

More than ten (10) years of experience.

3

Six (6) to ten (10) years of experience.

2.7

Five (5) years of experience.

2.4

b. With at least one (1) project requiring medium to high security operations such as banks and financial institutions, airports, correctional and detention institutions, military installations.

Five (5) or more design projects that meet the required criteria.

2

Two (2) to four (4) design projects that meet the required criteria.

1.8

One (1) design project that meet the required criteria.

1.6

If not meeting all the required qualification.

Ineligible

III Workload Capacity 10

Net Financial Contracting Capacity of the bidder is 100% of the Approved Budget Contract (ABC).

If NFCC is over 150% of the ABC

10

If NFCC is 126-150% of the ABC

9

If NFCC is 100-125% of the ABC

8

If NFCC is below the ABC

Ineligible

OVERALL RATING 100 Note:

Page 6 of 6

Version 2 – 08 June 2021

1. A rating of “ineligible” for any criteria shall mean that the bidder/s be declared ineligible to bid.

2. The bidders shall be ranked according to their total equivalent points.

Only the top five (5) ranking bidders meeting the minimum cut-off points of eighty (80) points shall be considered eligible.

File/Ref. No PrMD-202106-0025e -BC Page 1 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS

CHECKLIST OF REQUIREMENTS FOR BIDDERS

(Consulting Services) – Stage 2

Title of Requirement : One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

Approved Budget for the Contract

: Php9,000,000.00, inclusive of all applicable taxes

Bidder :

FOR MANUAL SUBMISSION OF BIDS:

BIDDERS SHALL SUBMIT TWO (2) SETS (ORIGINAL & PHOTOCOPY) OF ENVELOPE NO. 1 (TECHNICAL DOCUMENTS/PROPOSALS) & ENVELOPE NO. 2 (FINANCIAL BID PROPOSAL).

FOR ELECTRONIC SUBMISSION OF BIDS: 1. BIDDERS SHALL SUBMIT ENVELOPE 1 (TECHNICAL DOCUMENTS/PROPOSALS) AND

ENVELOPE 2 (FINANCIAL BID PROPOSAL) IN SEPARATE ZIPPED FOLDERS WITH DIFFERENT PASSWORDS (I.E. ONE PASSWORD FOR ENVELOPE 1 AND ANOTHER PASSWORD FOR ENVELOPE 2).

2. PASSWORDS SHALL BE KNOWN ONLY TO THE BIDDER OR ITS DULY AUTHORIZED REPRESENTATIVE/S AND SHALL NOT BE DISCLOSED TO ANY BSP PERSONNEL BEFORE THE OPENING OF BIDS.

3. BIDS WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER (USE 7-ZIP COMPRESSION TOOL) AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORDS SHALL BE CONSIDERED UNSEALED BID SUBMISSION AND NOT COMPLYING WITH THE TWO-FACTOR SECURITY PROCEDURE, AND HENCE, SHALL BE REJECTED DURING THE OPENING OF BIDS.

For the detailed procedures, refer to ANNEX C. GUIDELINES ON MANUAL AND ELECTRONIC SUBMISSION OF BIDS. ENVELOPE NO. 1 - TECHNICAL REQUIREMENTS ENVELOPE [For organized checking of electronic documents, arrange your TECHNICAL DOCUMENTS/PROPOSALS with corresponding FILE NAMES as listed below (i.e., E-DOC1 to E-DOC10). Save the documents in a zipped folder with password.] The preliminary examination of bids shall use a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or

File/Ref. No PrMD-202106-0025e -BC Page 2 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate as “passed”. (Rule IX, Section 30.1)

(To be filled-up by the BSP Evaluator during the Preliminary Examination of Bids)

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

I. TECHNICAL DOCUMENTS

1./E-DOC1 Original Bid Security

Any one of the following acceptable forms of Bid Security [(refer to CLAUSE 15.1 of the Bid Data Sheet (BDS)] for applicable amounts): Cash or Cashier’s/Manager’s Check issued by a

Universal Bank (UB) or Commercial Bank (KB); Bank draft/guarantee or irrevocable letter of

credit issued by a UB or KB: Provided, however, that it shall be confirmed or authenticated by a UB or KB, if issued by a foreign bank (for a list of UBs/KBs, refer to http://www.bsp.gov.ph);

Surety Bond callable upon demand issued by a surety or insurance company authorized by the Insurance Commission to issue such security; or

NOTARIZED Bid-Securing Declaration. (Use GPPB-prescribed form)

Notes: i. If Cash is posted as bid security, it must be put in

a separate envelope with amount stated therein, sealed, and placed inside Envelope No. 1. If bid security is paid through Union Bank OR DEBIT/CREDIT/(VISA/MASTER) CARD PAYMENT, a copy of the deposit slip or screenshot of the online payment shall be included in Envelope 1.

ii. The Bidder is allowed to submit an unnotarized Bid Securing Declaration, subject to submission of the NOTARIZED Bid Securing Declaration during post-qualification stage under Envelope No. 3.

iii. FOR ONLINE OR ELECTRONIC BID SUBMISSION, THE BIDDER IS ALLOWED TO SUBMIT SCANNED COPY OF THE BID SECURING DECLARATION OR OTHER ACCEPTABLE FORMS OF BID SECURITY, EXCLUDING CASH, SUBJECT TO SUBMISSION OF

File/Ref. No PrMD-202106-0025e -BC Page 3 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

THE ORIGINAL COPY THEREOF DURING POST-QUALIFICATION STAGE UNDER ENVELOPE NO. 3.

iv. If bidding as a JV, the document/s shall be submitted by any of the JV partners.

2./E-DOC2 Other Technical Documents

Conformity to the following documents: BSP Terms of Reference (TOR), which

includes: Vicinity Plan, Lot Plan, BSP Bacolod Branch

Building – Conceptual layout of building footprint at Site Development (Attachment A);

TOR for Sub-surface Soil

Exploration/Investigation and Undertaking of Topographic and Relocation Survey with Specifications for Sub-surface Soil Exploration (attachments: Specifications for Topographic/Relocation Survey, Lot Plan and Site Development Plan) (Attachment B);

Notes: i. The BSP TOR must be signed/initialed by the

bidder’s authorized representative/s on the appropriate portions and submitted as part of the Technical Documents. Revised BSP TOR (i.e., revised page/s), which is issued through bid bulletins, must likewise be signed by and/or submitted by the bidder as part of the technical documents to signify conformity to the changes in the revised document.

ii. Attachments A and B and revised revisions thereof issued through bid bulletins, if any, need not be signed by the bidder’s authorized representative but must be submitted during bidding as part of the Technical Documents

iii. If bidding as a JV, the statement shall be submitted by any of the JV partners.

File/Ref. No PrMD-202106-0025e -BC Page 4 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

3./E-DOC3 Bidder’s similar completed projects, supported by the following:

a. Copy of the bidder’s at least two (2) similar completed contracts from Y2010 to present involving Detailed Architectural and Engineering Design Consultancy Services involving civil works with site development and structural steel and/or reinforced concrete design structure for commercial, office, institutional and/or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys with corresponding Certificate of Completion and Acceptance/Satisfactory Performance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts.

(Contract/ Agreement can be any or all of the following: Contract/Job Order/Purchase Order/Notice of Award/Notice to Proceed/ Sales Invoice/Official Receipt or any other duly executed document proving/showing the above details)

Contract Type of Contract

No. 1

No. 2

No. 3

No. 4

No. 5

No. 6

AND

b. Proof of Completion and Acceptance for the aforesaid contracts.

File/Ref. No PrMD-202106-0025e -BC Page 5 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

(Proof of completion and acceptance can be any or all of the following: Certificate of Completion and/or Acceptance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts)

Contract Proof of Completion and Acceptance

No. 1

No. 2

No. 3

No. 4

No. 5

No. 6

Notes: i. The above documents shall be used as basis in

rating of Experience and Capability of Firm under Clause 25.3 of the BDS.

ii. The similar contract/s must be identified and listed in the Criteria for Determination of Technical Proposal Score Blank Form.

iii. If bidding as a JV, the statement shall be submitted by any of the JV partners.

4./E-DOC4 Bidder’s Technical Proposal per BSP format, consisting of the following:

4.1 Cover Letter – Technical Proposal Submission Form (Use form TPF 1);

4.2 Comments and Suggestions on the Terms of Reference (Use form TPF 3);

4.3 Description of the Methodology and Work Plan for Performing the Project (Use form TPF 4);

4.4 Organizational Chart for the project; 4.5 Time Schedule for the Professional

Personnel (Use form TPF 7);

File/Ref. No PrMD-202106-0025e -BC Page 6 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

4.6 Activity (Work) Schedule (Use form TPF 8);

Notes: i. The above documents shall be used as basis in

rating of Plan of Approach and Methodology under Clause 25.3 of the BDS.

ii. If bidding as a JV, the statement shall be submitted by any of the JV partners.

5./E-DOC5 Bidder’s list of its Project Team Members (PMT)

(Use form TPF 5) that will be involved in the implementation of the project. The PMT shall be composed of the following personnel and their qualifications shall be supported by the following: a. Principal or Managing Officer:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal; and With proof of educational attainment,

awards, citations and commendations. b. Design Architect:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following:

File/Ref. No PrMD-202106-0025e -BC Page 7 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Recently expired Professional Identification Card; AND

Official Receipt as proof of payment for the application for renewal; and

With proof of educational attainment, awards, citations and commendations.

c. Civil / Structural Engineer: With NOTARIZED Curriculum Vitae (Use

sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal; and With proof of educational attainment,

awards, citations and commendations. d. Professional Electrical Engineer:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal; and With proof of educational attainment,

awards, citations and commendations. e. Professional Electronics Engineer:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined

File/Ref. No PrMD-202106-0025e -BC Page 8 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

in CLAUSE 25.3 of the BDS; With current and valid Professional

Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal; and With proof of educational attainment,

awards, citations and commendations. f. Professional Mechanical Engineer:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With current and valid Professional Identification Card issued by the Professional Regulation Commission.

OR If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal; and With proof of educational attainment,

awards, citations and commendations. g. Santitary Engineer:

With NOTARIZED Curriculum Vitae (Use sample form – TPF 6), highlighting the qualification requirements as defined in CLAUSE 25.3 of the BDS;

With proof of educational attainment, awards, citations and commendations.

h. Landscape Architect: With Curriculum Vitae (Use sample form

– TPF 6), highlighting the qualification requirements as defined in the BSP TOR and Clause 9.2 of EDS; and

With current and valid Professional Identification Card issued by the

File/Ref. No PrMD-202106-0025e -BC Page 9 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Professional Regulation Commission. OR

If for Renewal, submit a copy of the following: Recently expired Professional

Identification Card; AND Official Receipt as proof of payment

for the application for renewal.

Notes: i. In case the bidder needs to change any of its

proposed team member/s (in the 1st stage), the replacement must have the same or higher competency level and years of experience as the team member being replaced.

ii. The notarized CVs shall be used as basis in rating of Qualification of Personnel under Clause 25.3 of the BDS.

iii. The Curriculum Vitae may be submitted unnotarized subject to compliance therewith during post-qualification stage under Envelope No. 3.

iv. The qualifications of the nominated personnel must be indicated in the Criteria for Determination of Technical Proposal Score Blank Form.

v. If bidding as a JV, the statement shall be submitted by any of the JV partners.

6./E-DOC6 Duly accomplished “Criteria for Determination of

Technical Proposal Score Blank Form”

7./E-DOC7 Omnibus Sworn Statement (OSS) of the bidder containing the following: (Use GPPB-prescribed form as per GPPB Resolution No. 16-2020 or BSP suggested form)) a. Authority of the Designated Representative; b. Non-inclusion in the Blacklist; c. Authenticity of the Submitted Documents; d. Authority to Validate Submitted Documents; e. Disclosure of No Relationship; f. Compliance with Labor Laws and

File/Ref. No PrMD-202106-0025e -BC Page 10 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Regulations; g. Bidder’s Responsibilities; and h. Compliance with GPPB Resolution No. 22-

2013 in relation to BSP’s “No Gift Policy” under Office Order No. 0485, Series of 2014.

i. Provision on Advance Payment. Notes: i. Omission of any of the aforesaid provisions in the

Omnibus Statement shall be considered as “failed”.

ii. Wrong entry of the project name in the GPPB-prescribed form shall be considered as “FAILED”.

iii. The Bidder is allowed to submit an unnotarized OSS, subject to submission of the NOTARIZED OSS after award but BEFORE payment;

iv. FOR ONLINE OR ELECTRONIC BID SUBMISSION, THE BIDDER IS ALLOWED TO SUBMIT SCANNED COPY OF THE OSS, SUBJECT TO SUBMISSION OF THE ORIGINAL COPY THEREOF DURING POST-QUALIFICATION STAGE UNDER ENVELOPE NO. 3.

v. If bidding as a JV, all partners shall submit the document.

8./E-DOC8

Proof of Appointment of Bidder’s Authorized Representative/s

NOTARIZED Certificate issued by the Corporate Secretary (for Corporation/Cooperative/Joint Venture) or issued by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative/s (Refer to Sample Form); OR

NOTARIZED Certificate issued by the Corporate Secretary (for Corporation/Cooperative/Joint Venture) or issued by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative/s (Refer to Sample Form); OR

NOTARIZED Special Power of Attorney, for Sole Proprietorship (Refer to Sample Form).

NOTARIZED Special Power of Attorney, for Sole Proprietorship (Refer to Sample Form).

Notes: i. The Proof of Appointment of Bidder’s Authorized

Representative/s shall include, among other things, the following details: a. Resolution Number/Order; b. Government-issued ID of the Affiant; and c. Government-issued ID of the Authorized

File/Ref. No PrMD-202106-0025e -BC Page 11 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

CONTENTS OF DOCUMENT

PASS

FAI L

REMARKS

Representative/s with Specimen Signature. ii. If bidding as a JV, which is already formed, JV can

submit one NOTARIZED Certificate appointing bidder’s representative/s;

iii. If JV is not yet formed, all partners must submit the Notarized Certificate;

iv. The Bidder is allowed to submit an unnotarized Proof of Appointment, subject to submission of the NOTARIZED Proof of Appointment prior to execution of the Purchase Order/Job Order or Contract, if the bidder’s representative will be the one to sign the same on behalf of the winning bidder;

v. Frequent or past bidders of the BSP who maintain or retain the same bidders’ representative can submit a copy of the same Secretary’s Certificate or SPA used in another bidding;

vi. There is no need to resubmit if there is no change in the list of Bidder’s designated authorized representative/s submitted during Stage 1.

Checked by: ________________________

Signature Above Name

Date: ___________________________

File/Ref. No PrMD-202106-0025e -BC Page 12 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

ENVELOPE NO. 2 – FINANCIAL BID PROPOSAL ENVELOPE FOR MANUAL SUBMISSION OF FINANCIAL PROPOSALS: THE MANUAL FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF ANY) SHALL BE SIGNED ESIGNED BY THE BIDDER OR BIDDER’S AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO DO SO SHALL BE A GROUND FOR REJECTION OF THE BID. FOR ELECTRONIC TRANSMITTAL OF FINANCIAL PROPOSALS (E-DOCUMENT): THE ELECTRONIC FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF ANY) SHALL CONTAIN THE E-SIGNATURE OF THE BIDDER’S AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO DO SO SHALL BE A GROUND FOR REJECTION OF THE BID. For organized checking of e-documents, arrange the FINANCIAL PROPOSAL DOCUMENTS with corresponding FILE NAMES as listed below (i.e., F-DOC1 to F-DOC10). Save the documents in a zipped folder with password.

In case one or more of the requirements in Envelope No. 2 is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC, the BAC shall rate the bid as “failed”. (Sec. 30.2, Rule IX, IRR).

The BAC shall determine whether the Financial Proposals are complete, i.e., whether all the documents mentioned in ITB Clause 11 are present and all items of the corresponding Technical Proposals that are required to be priced are so priced. If not, the BSP shall reject the proposal. The BAC shall correct any computational errors, and convert prices in various currencies to the Philippine Peso at the rate indicated in ITB Clause 13. The Financial Proposal shall not exceed the ABC and shall be deemed to include the cost of all taxes, duties, fees, levies, and other charges imposed under the applicable laws. The evaluation shall include all such taxes, duties, fees, levies, and other charges imposed under the applicable laws; where special tax privileges are granted to a particular class or nationality of CONSULTANT by virtue of the GOP’s international commitments, the amount of such tax privileges shall be included in the Financial Proposal for purposes of comparative evaluation of Bids.

CONTENTS OF DOCUMENT

P A S S

F A I L

REMARKS

1./F-DOC1 Financial Bid Form, 2 pages (Use BSP-prescribed

form)

2./F-DOC2 Detailed Fee Breakdown (1 page) (Use BSP-

prescribed form)

Checked by: ________________________

Signature Above Name Date: _____________________________

File/Ref. No PrMD-202106-0025e -BC Page 13 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

ENVELOPE NO. 3 – DOCUMENTS REQUIRED FROM THE HIGHEST RATED BIDDER (HRB) 1. Documents must be submitted within five (5) calendar days from receipt of notice from

the BAC. The bidder may also opt to submit the documents on date of bidding. 2. If bidding as Joint Venture (JV), all members of the JV must submit documents 1 to 5 and

8.

SUBMITTED NOT

SUBMITTED

1. Y2019 or Y2020, if available, Income Tax Returns (ITR) duly filed thru Electronic Filing and Payment System (eFPS) of the BIR, as provided for under E.O. 398 or Revenue Regulations 3-2005, together with the Filing and Payment References.

2. Business Tax Returns (Quarterly Value-Added Tax Form 2550-Q) for the quarter ending 31 December 2020 or 31 March 2021, if available, per Revenue Regulations 3-2005.

3. Company Profile indicating the following: a. Current composition of the Board of Directors; b. Principal Officers; c. Principal Stockholders; AND d. Line of works / services.

Additional requirement applicable only to a Bidder who/which is a previous/current supplier of BSP:

4. Certificate of Satisfactory Performance issued by the end-user department for the following, if any: a. Most recent project undertaken with BSP, whether completed or

uncompleted; and b. All ongoing BSP project/s with at least 20% accomplishment.

5. Current Philippine Government Electronic Procurement System (PhilGEPS) Platinum Membership, in case said document was not submitted in Envelope No. 1.

6. ORIGINAL COPY OF NOTARIZED Statement of all ongoing government and private contracts as of 31 May 2021, which are covered by Non-Disclosure Agreement (Statement Form No. 2), in case an unnotarized or scanned document was submitted in Envelope No. 1 (Stage 1). The statement must include, for each contract, the following: a. Indicative Aggregate Amount of Contract; b. Percentage of Accomplishment; and c. Indicative Aggregate Value of Outstanding Works/Undelivered

Portion.

File/Ref. No PrMD-202106-0025e -BC Page 14 of 14

Pro Form No. 02-001-01 • Version: 7 • Updated: 23 June 2017

7. ORIGINAL COPY OF NOTARIZED BID SECURING DECLARATION (BSD) or any one of the following acceptable forms of Bid Security, in case an unnotarized or scanned document was submitted in Envelope No. 1: Cash or Cashier’s/Manager’s Check issued by a UB or KB; Bank draft/guarantee or irrevocable letter of credit issued by a

UB or KB: Provided, however, that it shall be confirmed or authenticated by a UB or KB, if issued by a foreign bank (for a list of UBs/KBs, refer to http://www.bsp.gov.ph); and

Surety Bond callable upon demand issued by a surety or insurance company duly authorized by the Insurance Commission to issue such security.

Notes:

i. If Cash is posted as bid security, it must be put in a separate envelope with amount stated therein, sealed, and placed inside Envelope No. 3. If bid security is paid through Union Bank OR DEBIT/CREDIT/(VISA/MASTER) CARD PAYMENT, a copy of the deposit slip or screenshot of the online payment shall be included in Envelope 3; and

ii. If bidding as a JV, the document/s shall be submitted by any of the JV partners.

8. ORIGINAL COPY of Omnibus Sworn Statement (OSS), in case scanned copy thereof was submitted for online or electronic bid submission under Envelope No. 1.

9. ORIGINAL COPIES of the Notarized CVs of nominated personnel in case unnotarized documents were submitted in Envelope No. 1.

Received by:

_______________________ Signature Above Name

Date: _________________

IMPORTANT NOTICE: In case of any inconsistency between the Checklist of Requirements for Bidders (Checklist)/Bid Data Sheet (BDS) and the provisions in the Instructions to Bidders, the Checklist/BDS shall prevail.

26

Section II. Instructions to Bidders

TABLE OF CONTENTS

A. GENERAL .................................................................................................. 28

1. Introduction .......................................................................................................... 28

2. Conflict of Interest ............................................................................................... 28

3. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ................. 30

4. Consultant’s Responsibilities ............................................................................... 32

5. Origin of Associated Goods ................................................................................. 34

6. Subcontracts ......................................................................................................... 34

B. CONTENTS OF BIDDING DOCUMENTS ...................................................... 34

7. Pre-Bid Conference .............................................................................................. 34

8. Clarifications and Amendments to Bidding Documents ..................................... 35

C. PREPARATION OF BIDS ............................................................................. 35

9. Language of Bids ................................................................................................. 35

10. Documents Comprising the Bid: Technical Proposal ......................................... 36

11. Documents Comprising the Bid: Financial Proposal .......................................... 38

12. Alternative Bids .................................................................................................. 39

13. Bid Currencies .................................................................................................... 39

14. Bid Validity ......................................................................................................... 40

15. Bid Security ........................................................................................................ 40

16. Format and Signing of Bids ................................................................................ 42

17. Sealing and Marking of Bids .............................................................................. 43

D. SUBMISSION OF BIDS ................................................................................ 44

18. Deadline for Submission of Bids ........................................................................ 44

19. Late Bids ............................................................................................................. 44

20. Modification and Withdrawal of Bids ................................................................ 44

E. EVALUATION AND COMPARISON OF BIDS ................................................ 45

21. Process to be Confidential .................................................................................. 45

22. Clarification of Bids ............................................................................................ 46

23. Bid Evaluation .................................................................................................... 46

24. Opening and Evaluation of Technical Proposals ................................................ 47

27

25. Opening and Evaluation of Financial Proposals ................................................. 48

26. Negotiations ........................................................................................................ 48

27. Post Qualification................................................................................................ 49

28. Reservation Clause.............................................................................................. 50

F. AWARD OF CONTRACT ............................................................................. 51

29. Contract Award ................................................................................................... 51

30. Signing of the Contract ....................................................................................... 52

31. Performance Security .......................................................................................... 53

32. Notice to Proceed ................................................................................................ 54

33. Protest Mechanism…………………………………………………………... 53

28

A. General

1. Introduction

1.1. The Procuring Entity named in the Bid Data Sheet (BDS) shall select an

individual, sole proprietorship, cooperative, partnership, corporation, or a joint

venture (JV) (hereinafter referred to as “Consultant”) from among those short

listed, in accordance with the evaluation procedure specified in the BDS.

1.2. The Procuring Entity has received financing (hereinafter called “funds”) from

the source indicated in the BDS (hereinafter called the “Funding Source”)

toward the cost of the Project named in the BDS. The Procuring Entity

intends to apply a portion or the whole of the funds to payments for this

Project.

1.3. Consultants are invited to submit bids composed of a technical proposal and a

financial proposal for Consulting Services required for this Project described

in the BDS. Bids shall be the basis for contract negotiations and ultimately for

a signed contract with the selected Consultant.

1.4. If the BDS indicates that the Project will be completed in phases, each phase

must be completed to the Procuring Entity’s satisfaction prior to the

commencement of the next phase.

1.5. Consultants must familiarize themselves with local conditions and take them

into account in preparing their bids. To obtain firsthand information on the

project and on the local conditions, Consultants are encouraged to visit the

Procuring Entity before submitting a bid and to attend the pre-bid conference

specified in ITB Clause 7.

1.6. The Consultants’ costs of preparing their bids and negotiating the contract,

including a visit to the Procuring Entity, are not reimbursable as a direct cost

of the project.

1.7. Consultants shall not be under a declaration of ineligibility for corrupt,

fraudulent, collusive, coercive or obstructive practices issued by the Funding

Source or the Procuring Entity in accordance with ITB Clause 3.1.

2. Conflict of Interest

2.1. The Funding Source’s policy requires that Consultants provide professional,

objective, and impartial advice and at all times hold the Procuring Entity’s

interests paramount, without any consideration for future work, and strictly

avoid situations where a conflict of interest shall arise with their other projects

or their own interests. Consultants shall not be hired for any project that

would be in conflict with their prior or current obligations to other entities, or

that may place them in a position of not being able to carry out the Project in

the best interest of the Procuring Entity. Without limitation on the generality

of this rule, Consultants shall not be hired under the circumstances set forth

below:

29

(k) If a Consultant combines the function of consulting with those of

contracting and/or supply of equipment for the same Project;

(l) If a Consultant is associated with, affiliated to, or owned by a

contractor or a manufacturing firm with departments or design offices

offering services as consultants unless such Consultant includes

relevant information on such relationships along with a statement in

the Technical Proposal cover letter to the effect that the Consultant

shall limit its role to that of a consultant and disqualify itself and its

associates from work in any other capacity that may emerge from the

Project (including bidding for any part of the future project). The

contract with the Consultant selected to undertake the Project shall

contain an appropriate provision to such effect; or

(m) If there is a conflict among consulting projects, the Consultant

(including its personnel and subconsultants) and any subsidiaries or

entities controlled by such Consultant shall not be recruited for the

relevant project. The duties of the Consultant depend on the

circumstances of each case. While continuity of consulting services

may be appropriate in particular situations where no conflict exists, a

Consultant cannot be recruited to carry out a project that, by its nature,

shall result in conflict with a prior or current project of such

Consultant. Examples of the situations mentioned are when a

Consultant engaged to prepare engineering design for an infrastructure

project shall not be recruited to prepare an independent environmental

assessment for the same project; similarly, a Consultant assisting a

Procuring Entity in privatization of public assets shall not purchase,

nor advise purchasers, of such assets; or a Consultant hired to prepare

Terms of Reference (TOR) for a project shall not be recruited for the

project in question.

2.2. Consultants shall not be related to the Head of the Procuring Entity (HoPE),

members of the BAC, the TWG, and the BAC Secretariat, the head of the

PMO or the end-user unit, and the project consultants, by consanguinity or

affinity up to the third civil degree. The prohibition shall apply as follows:

(a) If the Consultant is an individual or sole proprietorship, then to

himself;

(b) If the Consultant is a partnership, then to all its officers and members;

(c) If the Consultant is a corporation, then to all its officers, directors and

controlling stockholders;

(d) If the Consultant is a cooperative, to all its officers, directors, and

controlling shareholders or members; or

(e) If the Consultant is a JV, the provisions of items (a), (b), (c), or (d) of

this Section shall correspondingly apply to each of the members of the

said joint venture, as may be appropriate.

30

Relationship of the nature described above or a failure to comply with the

provisions of this clause will result in the rejection of the Consultant’s bid.

2.3. Subject to the provisions of ITB Clause 2, any previous or ongoing

participation by the Consultant, its professional staff, or its affiliates or

associates under a contract with the Funding Source or the Procuring Entity in

relation to this Project may result in the rejection of its bid. Consultants

should clarify their situation in that respect with the Procuring Entity before

preparing its bid.

2.4. Failure by a Consultant to fully disclose potential conflict of interest at the

time of Bid submission, or at a later date in the event that the potential conflict

arises after such date, shall result in the Procuring Entity and/or the Funding

Source seeking the imposition of the maximum administrative, civil and

criminal penalties up to and including imprisonment.

2.5. Consultants are discouraged to include officials and employees of the

Government of the Philippines (GoP) as part of its personnel. Participation of

officials and employees of the GoP in the Project shall be subject to existing

rules and regulations of the Civil Service Commission.

2.6. Fairness and transparency in the selection process require that Consultants do

not derive unfair competitive advantage from having provided consulting

services related to the Project in question. To this end, the Procuring Entity

shall make available to all the short listed consultants together with the

Bidding Documents all information that would in that respect give each

Consultant a competitive advantage.

3. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

3.1. The Procuring Entity as well as the Consultants shall observe the highest

standard of ethics during the procurement and execution of the contract. In

pursuance of this policy, the Procuring Entity:

(a) defines, for purposes of this provision, the terms set forth below as

follows:

(i) “corrupt practice” means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and includes

the offering, giving, receiving, or soliciting of anything of value

to influence the action of any such official in the procurement

process or in contract execution; entering, on behalf of the GoP,

into any contract or transaction manifestly and grossly

disadvantageous to the same, whether or not the public officer

profited or will profit thereby, and similar acts as provided in

Republic Act 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in

order to influence a procurement process or the execution of a

31

contract to the detriment of the Procuring Entity, and includes

collusive practices among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels and to deprive the Procuring Entity of the

benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between

two or more Bidders, with or without the knowledge of the

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence

their participation in a procurement process, or affect the

execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or

concealing of evidence material to an administrative

proceedings or investigation or making false statements

to investigators in order to materially impede an

administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a

corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or

any foreign government/foreign or international

financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned

in this Clause for purposes of competing for the contract.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,

administrative, and/or criminal penalties available under applicable laws on

individuals and organizations deemed to be involved in any of the practices

mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to

inspect and audit records and accounts of a Consultant in the bidding for and

performance of a contract themselves or through independent auditors as

reflected in the GCC Clause 51.

32

4. Consultant’s Responsibilities

4.1. The Consultant or its duly authorized representative shall submit a sworn

statement in the form prescribed in Section VII. Bidding Forms as required in

ITB Clause 10.2(d).

4.2. The Consultant is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding

Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the

implementation of the contract;

(c) Having made an estimate of the facilities available and needed for this

Project, if any;

(d) Having complied with its responsibility to inquire or secure

Supplemental/Bid Bulletin/s as provided under ITB Clause 8.4.

(e) Ensuring that it 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 GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the

bidding requirements is an authentic copy of the original, complete,

and all statements and information provided therein are true and

correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized

representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the

Bidder, and granted full power and authority to do, execute and

perform any and all acts necessary to participate, submit the bid, and to

sign and execute the ensuing contract, accompanied by the duly

notarized Special Power of Attorney, Board/Partnership Resolution, or

Secretary’s Certificate, whichever is applicable;

(i) Complying with the disclosure provision under Section 47 of RA 9184

and its IRR in relation to other provisions of Republic Act 3019;

(j) Complying with existing labor laws and standards, in the case of

procurement of services. Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work,

safety and health and other prevailing conditions of work as

established by national laws, rules and regulations; or collective

bargaining agreement; or arbitration award, if and when

applicable.

33

In case there is a finding by the Procuring Entity or the DOLE

of underpayment or non-payment of workers’ wage and wage-

related benefits, bidder agrees that the performance security or

portion of the contract amount shall be withheld in favor of the

complaining workers pursuant to appropriate provisions of

Republic Act No. 9184 without prejudice to the institution of

appropriate actions under the Labor Code, as amended, and

other social legislations.

(ii) Comply with occupational safety and health standards and to

correct deficiencies, if any.

In case of imminent danger, injury or death of the worker,

bidder undertakes to suspend contract implementation pending

clearance to proceed from the DOLE Regional Office and to

comply with Work Stoppage Order; and

(iii) Inform the workers of their conditions of work, labor clauses

under the contract specifying wages, hours of work and other

benefits under prevailing national laws, rules and regulations;

or collective bargaining agreement; or arbitration award, if and

when applicable, through posting in two (2) conspicuous places

in the establishment’s premises; and

(k) Ensuring that it did not give or pay, directly or indirectly, any

commission, amount, fee, or any form of compensation, pecuniary or

otherwise, to any person or official, personnel or representative of the

government in relation to any procurement project or activity.

Failure to observe any of the above responsibilities shall be at the risk of the

Consultant concerned.

4.3. It shall be the sole responsibility of the prospective bidder to determine and to

satisfy itself by such means as it considers necessary or desirable as to all

matters pertaining to this Project, including: (a) the location and the nature of

the contract, project, or work; (b) climatic conditions; (c) transportation

facilities; (c) nature and condition of the terrain, geological conditions at the

site communication facilities, requirements, location and availability of

construction aggregates and other materials, labor, water, electric power and

access roads; and (d) other factors that may affect the cost, duration and

execution or implementation of the contract, project, or work.

4.4. The Procuring Entity shall not assume any responsibility regarding erroneous

interpretations or conclusions by the Consultant out of the data furnished by

the Procuring Entity. However, the Procuring Entity shall ensure that all

information in the Bidding Documents, including supplemental/bid bulletins

issued are correct and consistent.

4.5. Before submitting their bids, the Consultants are deemed to have become

familiar with all existing laws, decrees, ordinances, acts and regulations of the

GoP which may affect the contract in any way.

34

4.6. The Consultant shall bear all costs associated with the preparation and

submission of his bid, and the Procuring Entity will in no case be responsible

or liable for those costs, regardless of the conduct or outcome of the bidding

process.

4.7. Consultants should note that the Procuring Entity will only accept bids from

those that have paid the applicable fee for the Bidding Documents at the office

indicated in the Request for Expression of Interest.

5. Origin of Associated Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of Goods

other than those prohibited by a decision of the United Nations Security Council taken

under Chapter VII of the Charter of the United Nations.

6. Subcontracts

6.1. Unless otherwise specified in the BDS, the Consultant may subcontract

portions of the Consulting Services to an extent as may be approved by the

Procuring Entity and stated in the BDS. However, subcontracting of any

portion shall not relieve the Consultant from any liability or obligation that

may arise from the contract for this Project.

6.2. Subconsultant must comply with the eligibility criteria and the documentary

requirements specified in the BDS. In the event that any subconsultant is

found by the Procuring Entity to be ineligible, the subcontracting of such

portion of the Consulting Services shall be disallowed.

6.3. The Consultant may identify the subconsultant to whom a portion of the

Consulting Services will be subcontracted at any stage of the bidding process

or during contract implementation. If the Consultant opts to disclose the

name of the subconsultant during bid submission, the Consultant shall include

the required documents as part of the technical component of its bid. A

subconsultant that is identified by the Consultant during contract

implementation must comply with the eligibility criteria and documentary

requirements and secure approval of the Procuring Entity.

B. Contents of Bidding Documents

7. Pre-Bid Conference

7.1. If so specified in the BDS, a pre-bid conference shall be held at the venue and

on the date indicated therein, to clarify and address the Consultants’ questions

on the technical and financial components of this Project.

7.2. The pre-bid conference shall be held at least twelve (12) calendar days before

the deadline for the submission and receipt of bids, but not earlier than seven

(7) calendar days from the determination of the shortlisted consultants. If the

Procuring Entity determines that, by reason of the method, nature, or

complexity of the contract to be bid, or when international participation will

35

be more advantageous to the GoP, a longer period for the preparation of bids

is necessary, the pre-bid conference shall be held at least thirty (30) calendar

days before the deadline for the submission and receipt of bids.

7.3. Consultants are encouraged to attend the pre-bid conference to ensure that

they fully understand the Procuring Entity’s requirements. Non-attendance of

the Consultant will in no way prejudice its bid; however, the Consultant is

expected to know the changes and/or amendments to the Bidding Documents

as recorded in the minutes of the pre-bid conference and the Supplemental/Bid

Bulleting. The minutes of the pre-bid conference shall be recorded and

prepared not later than five (5) calendar days after the pre-bid conference. The

minutes shall be made available to prospective bidders not later than five (5)

days upon written request.

7.4. Decisions of the BAC amending any provision of the bidding documents shall

be issued in writing through a Supplemental/Bid Bulletin at least seven (7)

calendar days before the deadline for the submission and receipt of bids.

8. Clarifications and Amendments to Bidding Documents

8.1. Shortlisted consultants may request for clarification(s) on and/or an

interpretation of any part of the Bidding Documents. Such a request must be in

writing and submitted to the Procuring Entity at the address indicated in the

BDS at least ten (10) calendar days before the deadline set for the submission

and receipt of bids.

8.2. The BAC shall respond to the said request by issuing a Supplemental/Bid

Bulletin to be made available to all those who have properly secured the

Bidding Documents at least seven (7) calendar days before the deadline for the

submission and receipt of Bids.

8.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s

initiative for purposes of clarifying or modifying any provision of the Bidding

Documents not later than seven (7) calendar days before the deadline for the

submission and receipt of bids. Any modification to the Bidding Documents

shall be identified as an amendment.

8.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the

PhilGEPS and the website of the Procuring Entity concerned, if available and

at any conspicuous place in the premises of the Procuring Entity concerned. It

shall be the responsibility of all Consultants who have properly secured the

Bidding Documents to inquire and secure Supplemental/Bid Bulletins that

may be issued by the BAC. However, Consultants who have submitted bids

before the issuance of the Supplemental/Bid Bulletin must be informed and

allowed to modify or withdraw their bids in accordance with ITB Clause 20.

C. Preparation of Bids

9. Language of Bids

36

The eligibility requirements or statements, the bids, and all other documents to be

submitted to the BAC must be in English. If the eligibility requirements or statements,

the bids, and all other documents submitted to the BAC are in foreign language other

than English, it must be accompanied by a translation of the documents in English.

The documents shall be translated by the relevant foreign government agency, the

foreign government agency authorized to translate documents, or a registered

translator in the foreign bidder’s country; and shall be authenticated by the

appropriate Philippine foreign service establishment/post or the equivalent office

having jurisdiction over the foreign bidder’s affairs in the Philippines. The English

translation shall govern, for purposes of interpretation of the bid.

10. Documents Comprising the Bid: Technical Proposal

10.1. While preparing the Technical Proposal, Consultants must give particular

attention to the following:

(a) The Technical Proposal shall not include any financial information.

Any Technical Proposal containing financial information shall be

declared non-responsive.

(b) For projects on a staff-time basis, the estimated number of professional

staff-months specified in the BDS shall be complied with. Bids shall,

however, be based on the number of professional staff-months

estimated by the Consultant.

(c) Proposed professional staff must, at a minimum, have the experience

indicated in the BDS, preferably working under conditions similar to

those prevailing in the Republic of the Philippines.

(d) No alternative professional staff shall be proposed, and only one

Curriculum Vitae (CV) may be submitted for each position.

10.2. The Technical Proposal shall contain the following information/documents:

(a) Technical Proposal Submission Form shall be the cover letter of the

Technical Proposal, using the form prescribed in Section VII. Bidding

Forms (TPF 1).

(b) Bid security as prescribed in ITB Clause 15. If the bidder opts to

submit the bid security in the form of:

(i) a 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; or

(ii) a surety bond accompanied by a certification coming from the

Insurance Commission that the surety or insurance company is

authorized to issue such instrument.

37

(c) Information indicated in the paragraphs below must be provided by the

Consultant and each partner and/or subconsultant, if any, following the

formats described in the Technical Proposal Forms:

(i) A brief description of the organization and outline of recent

experience of the Consultant and each partner and/or

subconsultant on projects of a similar and related nature as

required in form TPF 2. Consultant’s References. For each

project, the outline should indicate inter alia, the project,

contract amount and the Consultant’s involvement.

Information should be provided only for those projects for

which the Consultant was legally contracted by itself or as one

of the major participating consultants within an association.

Whenever applicable, the experience of individual experts from

projects completed independently or when associated with

consultants other than the one with whom the individual is

currently associated with cannot be claimed as the experience

of the current consultant or any one of its partners and/or

subconsultants, but can be claimed by the individuals

themselves in their CVs. Consultants should be prepared to

substantiate the claimed experience if so requested by the

Procuring Entity.

(ii) Comments, if any, on the TOR (TPF 3. Comments and

Suggestions of Consultant on the Terms of Reference and on

Data, Services, and Facilities to be Provided by the Procuring

Entity) to improve performance in carrying out the Project.

Innovativeness shall be appreciated, including workable

suggestions that could improve the quality/effectiveness of the

Project. In this regard, unless the Consultant clearly states

otherwise, it shall be assumed by the Procuring Entity that

work required to implement any such improvements, are

included in the inputs shown on the Consultant’s Staffing

Schedule. It shall include a list of facilities requested by the

Consultant to be provided by the Procuring Entity, if any, in

addition to those shown on the Data Sheet that may include

support facilities such as: counterpart staff, office space, local

transportation, equipment, domestic administrative support, etc.

that would be needed to carry out the project.

(iii) A concise, complete, and logical description of how the

Consultant’s team shall carry out the services to meet all

requirements of the TOR using TPF 4. Description of the

Methodology and Work Plan for Performing the Project.

(iv) An organization chart of the key and support staff indicating

their tasks and relationships amongst the Consultant and any

partner and/or subconsultant, the Procuring Entity, the Funding

Source and the GoP, and other parties or stakeholders, if any,

involved in the project using TPF 5. Team Composition and

Task.

38

(v) The name, age, nationality, background employment record,

and professional experience of each nominated expert including

ongoing projects, with particular reference to the type of

experience required for the tasks assigned should be presented

in the CV format shown in TPF 6. Format of Curriculum Vitae

(CV) for Proposed Professional Staff. Only one duly notarized

CV for each consultant involved in the Project may be

submitted for each position.

(vi) The Procuring Entity requires that each expert confirm that the

content of his/her CV is correct and the experts themselves

should sign the certification of the CV. In addition, the expert

should submit a signed written commitment stating that the

expert shall work for the Project once awarded the contract. A

zero rating shall be given to a nominated expert if the expert:

(vi.1) is proposed for a domestic position but is not a Filipino

citizen;

(vi.2) failed to state nationality on the CV; or

(vi.3) the CV is not signed in accordance with paragraph (v)

above.

(vii) A Time Schedule (TPF 7. Time Schedule for Professional

Personnel) indicating clearly the estimated duration in terms of

person-months (shown separately for work in the field and in

the home office) and the proposed timing of each input for each

nominated expert, including domestic experts, if required, using

the format shown. The schedule shall also indicate when

experts are working in the project office and when they are

working at locations away from the project office.

(viii) A work plan showing in graphical format (bar chart) the timing

of major activities, anticipated coordination meetings, and

deliverables such as reports required under the TOR using TPF

8. Activity (Work) Schedule.

(d) Sworn statement in accordance with Section 25.3 of the IRR of RA

9184 and using the form prescribed in Section VII. Bidding Forms.

11. Documents Comprising the Bid: Financial Proposal

11.1. All information provided in a Consultant’s Financial Proposal shall be treated

as confidential. The Financial Proposal must be submitted in hard copy using

the format shown in Financial Proposal Forms.

11.2. The Financial Proposal requires completion of six (6) forms, particularly, FPF

1, FPF 2, FPF 3, FPF 4, FPF 5, and FPF 6. FPF 1. Financial Proposal

Submission Form should form the covering letter of the Financial Proposal.

Form FPF 2. Summary of Costs FPF 3. Breakdown of Price per Activity,

39

FPF 4. Breakdown of Remuneration per Activity, FPF 5. Reimbursables per

Activity, and FPF 6. Miscellaneous Expenses, relate to the costs of consulting

services under two distinct categories, namely: (a) Remuneration; and (b)

Reimbursable Expenditures.

11.3. Remuneration is divided into billing rate estimates for international and

domestic consultants. Reimbursable Expenditures are divided into per diem

rates for international and domestic consultants and costs for other

reimbursable expenditure items required to perform the consulting services.

11.4. The list of experts, and their respective inputs, identified in Financial Proposal

Forms, must match the list of experts and their respective inputs shown in

Technical Proposal Forms.

11.5. The Consultant shall be subject to Philippine taxes on amounts payable by the

Procuring Entity under the contract through mandated withholding by local tax

authorities of specified percentages of such amounts or otherwise. The BDS

details the taxes payable.

11.6. The Financial Proposal should clearly estimate, as a separate amount, the local

taxes (including social security), duties, fees, levies, and other charges

imposed under the applicable law, on the Consultants, the subconsultants, and

its personnel (other than Philippine Nationals or permanent residents of the

Philippines).

11.7. Unless otherwise provided in the BDS, total calculated bid prices, as evaluated

and corrected for minor arithmetical corrections, such as computational errors,

which exceed the approved budget for the contract (ABC) shall not be

considered.

12. Alternative Bids

Consultants participating in more than one bid or associating with any other entity

other than those already provided in its eligibility documents and allowed by the

Procuring Entity shall be disqualified.

13. Bid Currencies

13.1. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in

the BDS. However, for purposes of bid evaluation, bids denominated in

foreign currencies shall be converted to Philippine currency based on the

exchange rate prevailing on the day of the bid opening.

13.2. If so allowed in accordance with ITB Clause 13.1, the Procuring Entity for

purposes of bid evaluation and comparing the bid prices will convert the

amounts in various currencies in which the bid price is expressed to Philippine

Pesos at the exchange rate as published in the Bangko Sentral ng Pilipinas

(BSP) reference rate bulletin on the day of the bid opening.

13.3. Unless otherwise specified in the BDS, payment of the contract price shall be

made in Philippine Pesos.

40

14. Bid Validity

14.1. Bids shall remain valid for the period specified in the BDS which shall not

exceed one hundred twenty (120) calendar days from the date of the opening

of bids.

14.2. In exceptional circumstances, prior to the expiration of the bid validity period,

the Procuring Entity may request Consultants to extend the period of validity

of their bids. The request and the responses shall be made in writing. The bid

security described in ITB Clause 15 should also be extended corresponding to

the extension of the bid validity period at the least. A Consultant may refuse

the request without forfeiting its bid security, but his bid shall no longer be

considered for further evaluation and award. A Consultant granting the request

shall not be required or permitted to modify its bid.

15. Bid Security

15.1. The Consultant shall submit a Bid Securing Declaration or any form of Bid

Security in an amount stated in the BDS, which shall be not less than the

percentage of the ABC in accordance with the following schedule:

Form of Bid Security

Amount of Bid Security

(Not less than the

Percentage of the ABC)

a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

For biddings conducted by

LGUs, the cashier’s/manager’s

check may be issued by other

banks certified by the BSP as

authorized to issue such

financial instrument.

Two percent (2%)

b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

For biddings conducted by

LGUs, the Bank Draft/

Guarantee, or irrevocable letter

of credit may be issued by other

banks certified by the BSP as

authorized to issue such

41

financial instrument.

c) Surety bond callable upon

demand issued by a surety or

insurance company duly

certified by the Insurance

Commission as authorized to

issue such security.

Five percent (5%)

The Bid Securing Declaration mentioned above is an undertaking which

states, among others, that the bidder shall enter into contract with the

Procuring Entity and furnish the performance security required under ITB

Clause 31, within ten (10) calendar days from receipt of the Notice of Award,

and commits to pay the corresponding amount as fine, and be suspended for a

period of time from being qualified to participate in any government

procurement activity in the event it violates any of the conditions stated

therein as provided in the guidelines issued by the GPPB.

15.2. The bid security should be valid for the period specified in the BDS. Any bid

not accompanied by an acceptable bid security shall be rejected by the

Procuring Entity as non-responsive.

15.3. No bid securities shall be returned to the Consultants after the opening of bids

and before contract signing, except to those that failed or declared as post-

disqualified, upon submission of a written waiver of their right to file a request

for reconsideration and/or protest or lapse of the reglementary period without

having filed a request for reconsideration or protest. Without prejudice on its

forfeiture, bid securities shall be returned only after the bidder with the

Highest Rated Responsive Bid (HRRB) has signed the contract and furnished

the performance security, but in no case later than the expiration of the bid

security validity period indicated in ITB Clause 15.2.

15.4. Upon signing and execution of the contract pursuant to ITB Clause 31, and the

posting of the performance security pursuant to ITB Clause 32, the

Consultant’s bid security will be discharged, but in no case later than the bid

security validity period as indicated in ITB Clause 15.2.

15.5. The bid security may be forfeited:

(a) if a Consultant:

(i) withdraws its bid during the period of bid validity specified in

ITB Clause 15.2;

(ii) does not accept the correction of errors pursuant to ITB Clause

11.7;

42

(iii) has a finding against the veracity of the required documents

submitted in accordance with ITB Clause 27.2;

(iv) submission of eligibility requirements containing false

information or falsified documents;

(v) any submission of bids that contain false information or

falsified documents, or the concealment of such information in

the bids in order to influence the outcome of eligibility

screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another

for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into

contract with the Government without justifiable cause, after

the Bidder had been adjudged as having submitted the LCRB;

(viii) refusal or failure to post the required performance security

within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-

qualification within a period of seven (7) calendar days from

receipt of the request for clarification;

(x) any documented attempt by a Bidder to unduly influence the

outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the

joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding,

submitting late Bids or patently insufficient bid, for at least

three (3) times within a year, except for valid reasons.

(b) if the successful Consultant:

(i) fails to sign the contract in accordance with ITB Clause 31;

(ii) fails to furnish performance security in accordance with ITB

Clause 32; or

(iii) any other reason stated in the BDS.

16. Format and Signing of Bids

16.1. Consultants shall submit their bids through their duly authorized

representative using the appropriate forms provided in Section VII. Bidding

Forms on or before the deadline specified in the ITB Clause 18 in two (2)

43

separate sealed bid envelopes, and which shall be submitted simultaneously.

The first shall contain the technical proposal and the second shall contain the

financial proposal.

16.2. Forms as mentioned in ITB Clause 16.1 must be completed without any

alterations to their format, and no substitute form shall be accepted. All blank

spaces shall be filled in with the information requested.

16.3. The Consultant shall prepare an original of the first and second envelopes as

described in ITB Clauses 10 and 11. In addition, the Consultant shall submit

copies of the first and second envelopes. In the event of any discrepancy

between the original and the copies, the original shall prevail.

16.4. Each and every page of the Technical Proposal Submission Form and the

Financial Proposal Submission Form under Section ___ hereof shall be signed

by the duly authorized representative/s of the Consultant. Failure to do so shall

be a ground for the rejection of the bid.

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

signed or initialed by the duly authorized representative/s of the Consultant.

17. Sealing and Marking of Bids

17.1. Unless otherwise indicated in the BDS, Consultants shall enclose their original

technical proposal described in ITB Clause 10, in one sealed envelope marked

“ORIGINAL - TECHNICAL PROPOSAL”, and the original of their financial

proposal in another sealed envelope marked “ORIGINAL - FINANCIAL

PROPOSAL”, sealing them all in an outer envelope marked “ORIGINAL

BID”.

17.2. Each copy of the first and second envelopes shall be similarly sealed duly

marking the inner envelopes as “COPY NO. ___ - TECHNICAL

PROPOSAL” and “COPY NO. ___ – FINANCIAL PROPOSAL” and the

outer envelope as “COPY NO. ___”, respectively. These envelopes

containing the original and the copies shall then be enclosed in one single

envelope.

17.3. The original and the number of copies of the bid as indicated in the BDS shall

be typed or written in ink and shall be signed by the bidder or its duly

authorized representative/s.

17.4. All envelopes shall:

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

(b) bear the name and address of the Consultant in capital letters;

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB

Clause 18.1;

(d) bear the specific identification of this bidding process indicated in the

ITB Clause 1.2; and

44

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

the opening of bids, in accordance with ITB Clause 18.

17.5. Bid envelopes that are not properly sealed and marked, as required in the

bidding documents, shall not be rejected, but the bidder or its duly authorized

representative shall acknowledge such condition of the Bid as submitted. The

BAC or the Procuring Entity shall assume no responsibility for the

misplacement of the contents of the improperly sealed or marked Bid, or for

its premature opening.

D. Submission and Opening of Bids

18. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before

the date and time indicated in the BDS.

19. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by

the Procuring Entity, pursuant to ITB Clause 18, shall be declared “Late” and shall

not be accepted by the Procuring Entity. The BAC shall record in the minutes of Bid

submission and opening, the Consultant’s name, its representative and the time the

late bid was submitted.

20. Modification and Withdrawal of Bids

20.1. The Consultant may modify its bid after it has been submitted; provided that

the modification is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of bids. The Consultant shall not be

allowed to retrieve its original bid, but shall be allowed to submit another bid

equally sealed, properly identified in accordance with ITB Clause 17.4, linked

to its original bid marked as “TECHNICAL MODIFICATION” or

“FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid

modifications received after the applicable deadline shall not be considered

and shall be returned to the Consultant unopened.

20.2. A Consultant may, through a letter of withdrawal, withdraw its bid 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 bids. The letter of withdrawal must be executed

by the authorized representative of the Bidder identified in the Omnibus

Sworn Statement, a copy of which should be attached to the letter.

20.3 Bids requested to be withdrawn in accordance with ITB Clause 20.1 shall be

returned unopened to the Bidders. A Consultant, who has acquired the bidding

documents, 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 bids. A Consultant that withdraws its

45

bid shall not be permitted to submit another bid, directly or indirectly, for the

same contract.

20.4 No bid may be modified after the deadline for submission of bids. No bid may

be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the Consultant on the

Financial Bid Form. Withdrawal of a bid during this interval shall result in the

forfeiture of the Consultant’s bid security, pursuant to ITB Clause 15.5, and

the imposition of administrative, civil, and criminal sanctions as prescribed by

R.A. 9184 and its IRR.

E. Evaluation and Comparison of Bids

21. Opening and Preliminary Examination of Bids

21.1 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 Technical Proposal Submission Form that the information

contained in the submitted eligibility documents remains correct as of the date

of bid submission.

21.2 The BAC shall open the bids immediately after the deadline for the

submission and receipt of bids in public, as specified in the BDS. In case the

bids cannot be opened as scheduled due to justifiable reasons, the BAC shall

take custody of the bids submitted and reschedule the opening on the next

working day or at the soonest possible time through the issuance of a Bulletin

to be posted at the PhilGEPS website and the website of the Procuring Entity

concerned.

21.3 To determine each bidder’s compliance with the documents prescribed in ITB

Clause 10, the BAC shall open the first envelope (Technical Proposal) and

check the submitted documents of each bidder in accordance with ITB Clause

10.2 to ascertain if they are all present, using a non-discretionary “pass/fail”

criterion. If a bidder submits the required document, it shall be rated “passed”

for that particular requirement. In this regard, bids that fail to include any

requirement or are incomplete or patently insufficient shall be considered as

“failed”. Otherwise, the BAC shall rate the said first bid envelope as

“passed”.

21.4 Letters of withdrawal shall be read out and recorded during bid opening, and

the envelope containing the corresponding withdrawn bid shall be returned to

the Consultant unopened

21.5 All members of the BAC who are present during bid opening shall initial

every page of the original copies of all bids received and opened.

21.6 All technical envelopes shall be resealed. Those rated “passed” shall be

secured for the detailed technical bid evaluation, while those rated “failed”

will be secured for purposes of possible filing of a request for reconsideration

46

unless the bidder waives its right to file a request for reconsideration, in which

case, the envelope shall be returned to the bidder immediately. .

21.7 The Procuring Entity shall prepare the minutes of the proceedings of the bid

opening that shall include, as a minimum: (a) names of Bidders, their bid

price (per lot, if applicable, and/or including discount, if any), bid security,

findings of preliminary examination, and whether there is a withdrawal or

modification; and (b) attendance sheet. The BAC members shall sign the

abstract of bids as read.

22. Process to be Confidential

22.1 Members of the BAC, including its staff and personnel, as well as its

Secretariat and TWG, are prohibited from making or accepting any kind of

communication with any Consultant regarding the evaluation of their bids

until the approval by the HoPE of the ranking of shortlisted Consultants,

unless otherwise allowed in the BDS or in the case of ITB Clause 23.

22.2 Any effort by a bidder to influence the Procuring Entity in the Procuring

Entity’s decision in respect of bid evaluation, bid comparison or contract

award will result in the rejection of the Consultant’s bid.

23. Clarification of Bids

To assist in the evaluation, comparison and post-qualification of the bids, the

Procuring Entity may ask in writing any Consultant for a clarification of its bid. All

responses to requests for clarification shall be in writing. Any clarification submitted

by a Consultant in respect to its bid and that is not in response to a request by the

Procuring Entity shall not be considered.

24. Bid Evaluation

24.1 For the evaluation of bids, numerical ratings shall be used. In order to

eliminate bias in evaluating the Bids, it is recommended that the highest and

lowest scores for each Consultant for each criterion shall not be considered in

determining the average scores of the Consultants, except when the evaluation

is conducted in a collegial manner.

24.2 For complex or unique undertakings, such as those involving new

concepts/technology or financial advisory services, participating short listed

consultants may be required, at the option of the Procuring Entity concerned,

to make an oral presentation to be presented by each Consultant, or its

nominated Project Manager or head, in case of consulting firms, within fifteen

(15) calendar days after the deadline for submission of Technical Proposals.

24.3 The entire evaluation process, including the submission of the results thereof to

the HoPE for approval, shall be completed in not more than twenty-one (21)

calendar days after the deadline for receipt of bids. The bid with the highest

rank shall be identified as the Highest Rated Bid. The HoPE shall approve or

disapprove the recommendations of the BAC within two (2) calendar days after

receipt of the results of the evaluation from the BAC.

47

24.4 All participating short listed consultants shall be furnished the results (ranking

and total scores only) of the evaluation after the approval by the HoPE of the

ranking. Said results shall also be posted in the PhilGEPS and the website of

the Procuring Entity, if available, for a period of not less than seven (7)

calendar days.

25 Evaluation of Technical Proposals

25.1 The BAC shall then conduct a detailed evaluation of technical bids following

the procedures specified in the BDS depending on the evaluation procedure

identified in the Request for Expression of Interest and ITB Clause 1.1.

25.2 The BAC evaluates the Technical Proposals on the basis of their compliance

with the requirements under ITB Clause 10 and responsiveness to the TOR

using the following criteria:

(a) Quality of personnel to be assigned to the Project which covers

suitability of key staff to perform the duties for the Project and general

qualifications and competence including education and training of the

key staff;

(b) Experience and capability of the Consultant which include records of

previous engagement and quality of performance in similar and in other

projects; relationship with previous and current clients; and, overall work

commitments, geographical distribution of current/impending projects

and attention to be given by the consultant. The suitability of the

Consultant to the Project shall consider both the overall experiences of

the firm and the individual experiences of the principal and key staff

including the times when employed by other consultants; and

(c) Plan of approach and methodology with emphasis on the clarity,

feasibility, innovativeness and comprehensiveness of the plan approach,

and the quality of interpretation of project problems, risks, and suggested

solutions.

25.3 The BAC shall assign numerical weights and the minimum required technical

score to each of the above criteria which shall be indicated in the BDS. A Bid

shall be rejected at this stage if it does not respond to important aspects of the

TOR or if it fails to achieve the minimum Technical Score (St) indicated in the

BDS.

25.4 Technical Proposals shall not be considered for evaluation in any of the

following cases:

(a) late submission, i.e., after the deadline set in the ITB Clause 18;

(b) failure to submit any of the technical requirements provided under this

ITB and TOR;

(c) the Consultant that submitted a Bid or any of its partner and/or

subconsultant belongs to one of the conflict of interest cases as described

48

in ITB Clauses 2.1(k) to (c) and failed to make a proper statement to that

effect in the cover letter; or

(d) the Technical Proposal included any cost of the services.

26 Opening and Evaluation of Financial Proposals

26.1 Financial Proposals shall be opened on the date indicated in the BDS.

26.2 The Financial Proposals opened shall be evaluated based on the evaluation

procedure indicated in ITB Clause 1.1 using the corresponding procedure

provided in the BDS.

27 Negotiations

27.1 Negotiations with the Consultant that submitted the Highest Rated Bid shall be

held at the address indicated in the BDS. The aim is to reach agreement on all

points.

27.2 Negotiations shall cover the following:

(a) Discussion and clarification of the TOR and Scope of Services;

(b) Discussion and finalization of the methodology and work program

proposed by the Consultant;

(c) Consideration of appropriateness of qualifications and pertinent

compensation, number of man-months and the personnel to be assigned

to the job, taking note of over-qualified personnel to be commensurate

with the compensation of personnel with the appropriate qualifications,

number of man-months and schedule of activities (manning schedule);

(d) Discussion on the services, facilities and data, if any, to be provided by

Procuring Entity concerned;

(e) Unless otherwise indicated in the BDS, discussion on the Financial

Proposal submitted by the Consultant; and

(f) Provisions of the contract.

27.3 Having selected the Consultant on the basis of, among other things, an

evaluation of the proposed key professional staff, the Procuring Entity expects

to negotiate a contract on the basis of the experts named in the bid. Before

contract negotiations, the Procuring Entity shall require assurances that the

experts shall be actually available. The Procuring Entity shall not consider

substitutions during contract negotiations except for justifiable reason as may

be determined by the Procuring Entity, such as illness, death, or resignation,

unless both parties agree that undue delay in the selection process makes such

substitution unavoidable or that such changes are critical to meet the

objectives of the Project. If this is not the case and if it is established that key

staff were offered in the bid without confirming their availability, the

Consultant may be disqualified. Once the contract has been awarded, no

49

replacement shall be allowed until after fifty percent (50%) of the personnel’s

man-months have been served, except for justifiable reasons as may be

determined by the Procuring Entity. Violators shall be fined an amount equal

to the refund of the replaced personnel’s basic rate, which should be at least

fifty percent (50%) of the total basic rate for the duration of the engagement.

27.4 Negotiations shall include a discussion of the technical proposal, the proposed

methodology (work plan), staffing and any suggestions made by the

Consultant to improve the TOR. The Procuring Entity and Consultant shall

then work out the final TOR, staffing, and bar charts indicating activities,

staff, periods in the field and in the home office, staff-months, logistics, and

reporting. The agreed work plan and final TOR shall then be incorporated in

Appendix I and form part of the contract. Special attention shall be paid to

getting the most the Consultant can offer within the available budget and to

clearly defining the inputs required from the Procuring Entity to ensure

satisfactory implementation of the Project.

27.5 The financial negotiations shall include a clarification of the Consultant’s tax

liability in the Philippines, if any, and the manner in which it shall be reflected

in the contract; and shall reflect the agreed technical modifications in the cost

of the services. The negotiations shall conclude with a review of the draft

form of the contract. To complete negotiations, the Procuring Entity and the

Consultant shall initial the agreed contract. If negotiations fail, the Procuring

Entity shall invite the Consultant whose Bid received the second highest score

to negotiate a contract. If negotiations still fail, the Procuring Entity shall

repeat the process for the next-in-rank Consultant until the negotiation is

successfully completed.

28 Post Qualification

28.1 The BAC shall determine to its satisfaction whether the Consultant that is

evaluated as having submitted the Highest Rated Bid (HRB) complies with

and is responsive to all the requirements and conditions specified in the

Eligibility Documents and ITB Clauses 10 and 11.

28.2 Within a non-extendible period of five (5) calendar days from receipt by the

Consultant of the notice from the BAC that it submitted the Highest Rated

Bid, the Consultant shall submit its latest income and business tax returns filed

and paid through the BIR Electronic Filing and Payment System (EFPS) and

other appropriate licenses and permits required by law and stated in the BDS.

Failure to submit any of the post-qualification requirements on time, or a

finding against the veracity thereof, shall disqualify the bidder for award.

Provided, in the event that a finding against the veracity of any of the

documents submitted is made, it shall cause the forfeiture of the bid security in

accordance with Section 69 of the IRR of RA 9184.

28.3 The determination shall be based upon an examination of the documentary

evidence of the Consultant’s qualifications submitted pursuant to ITB Clauses

10 and 11, as well as other information as the Procuring Entity deems

50

necessary and appropriate, using a non-discretionary “pass/fail” criterion,

which shall be completed within a period of twelve (12) calendar days.

28.4 If the BAC determines that the Consultant with the Highest Rated Bid passes

all the criteria for post-qualification, it shall declare the said bid as the

Consultant with the HRRB, and recommend to the HoPE the award of contract

to the said Consultant at its submitted price or its calculated bid price,

whichever is lower, subject to ITB Clause 30.3.

28.5 A negative determination shall result in rejection of the Consultant’s bid, in

which event the BAC shall proceed to the next Highest Rated Bid with a fresh

period to make a similar determination of that Consultant’s capabilities to

perform satisfactorily. If the second Consultant, however, fails the post

qualification, the procedure for post qualification shall be repeated for the

Consultant with the next Highest Rated Bid, and so on until the HRRB is

determined for recommendation of contract award.

28.6 Within a period not exceeding fifteen (15) calendar days from the

determination by the BAC of the HRRB and the recommendation to award the

contract, the HoPE or his duly authorized representative shall approve or

disapprove the said recommendation.

28.7 In the event of disapproval, which shall be based on valid, reasonable, and

justifiable grounds as provided for under Section 41 of the IRR of RA 9184,

the HoPE shall notify the BAC and the Consultant in writing of such decision

and the grounds for it. When applicable, the BAC shall conduct negotiations,

and if successful, post-qualification of the Consultant with the next Highest

Rated Bid. A request for reconsideration may be filed by the bidder with the

HoPE in accordance with Section 37.1.3 of the IRR of RA 9184.

29 Reservation Clause

29.1 Notwithstanding the eligibility, short listing, or post-qualification of a

Consultant, the Procuring Entity concerned reserves the right to review its

qualifications at any stage of the procurement process if it has reasonable

grounds to believe that a misrepresentation has been made by the said

Consultant, or that there has been a change in the Consultant’s capability to

undertake this Project from the time it submitted its eligibility requirements.

Should such review uncover any misrepresentation made in the eligibility and

bidding requirements, statements or documents, or any changes in the situation

of the Consultant which will affect its capability to undertake the project so

that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity

shall consider the said Consultant as ineligible and shall disqualify it from

submitting a bid or from obtaining an award or contract.

29.2 Based on the following grounds, the Procuring Entity reserves the right to

reject any and all bids, declare a failure of bidding at any time prior to the

contract award, or not to award the contract, without thereby incurring any

liability, and make no assurance that a contract shall be entered into as a result

of the bidding:

51

(a) If there is prima facie evidence of collusion between appropriate public

officers or employees of the Procuring Entity, or between the BAC and

any of the bidders, or if the collusion is between or among the bidders

themselves, or between a bidder and a third party, including any act

which restricts, suppresses or nullifies or tends to restrict, suppress or

nullify competition;

(b) If the Procuring Entity’s BAC is found to have failed in following the

prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the

contract will not redound to the benefit of the GoP as follows:

(i) If the physical and economic conditions have significantly changed

so as to render the project no longer economically, financially or

technically feasible as determined by the HoPE;

(ii) If the project is no longer necessary as determined by the HoPE;

and

(iii) If the source of funds for the project has been withheld or reduced

through no fault of the Procuring Entity.

29.3 In addition, the Procuring Entity may likewise declare a failure of bidding

when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or there is no

successful negotiation, or fail post-qualification; or

(d) The bidder with the HRRB refuses, without justifiable cause to accept

the award of contract, and no award is made in accordance with Section

40 of the IRR of RA 9184.

F. Award of Contract

30. Contract Award

30.1 Subject to ITB Clause 28, the HoPE or its authorized representative shall

award the contract to the Bidder whose bid has been determined to be the

HRRB.

30.2 Prior to the expiration of the period of bid validity, the Procuring Entity shall

notify the successful Consultant in writing that its bid has been accepted,

through a Notice of Award duly received by the Consultant or its authorized

representative personally or by registered mail or electronically, receipt of

which must be confirmed in writing within two (2) days by the Consultant

52

with the HRRB and submitted personally or sent by registered mail or

electronically to the Procuring Entity.

30.3 Notwithstanding the issuance of the Notice of Award, award of contract shall

be subject to the following conditions:

(a) Submission of the following documents within the (10) calendar days

from receipt of the Notice of Award:

(i) Valid JVA, if applicable;

(ii) In the case of procurement by a Philippine Foreign Service

Office or Post, the PhilGEPS Registration Number of the

winning foreign consultant; and/or

(iii) SEC Certificate of Registration of the foreign consulting firm,

and/or the authorization or license issued by the appropriate

GoP professional regulatory body of the foreign professionals

engaging in the practice of regulated professions and allied

professions, where applicable.

(b) Posting of the performance security in accordance with ITB Clause 32;

(c) Signing of the contract as provided in ITB Clause 31; and

(d) Approval by higher authority, if required, as provided in Section 37.3

of the IRR of RA 9184.

31. Signing of the Contract

31.1 At the same time as the Procuring Entity notifies the successful Bidder that its

bid has been accepted, the Procuring Entity shall send the Contract Form to

the Bidder, which contract has been provided in the Bidding Documents,

incorporating therein all agreements between the parties.

31.2 Within ten (10) calendar days from receipt of the Notice of Award, the

successful Bidder shall post the required performance security and sign and

date the contract and return it to the Procuring Entity.

31.3 The Procuring Entity shall enter into contract with the successful Bidder

within the same ten (10) calendar day period provided that all the documentary

requirements are complied with.

31.4 The following documents shall form part of the contract:

(1) Contract Agreement;

(2) Bidding Documents;

(3) Winning bidder’s bid, including the Technical and Financial Proposals,

and all other documents/statements submitted (e.g., bidder’s response

53

to request for clarifications on the bid), including corrections to the

bid, if any, resulting from the Procuring Entity’s bid evaluation;

(4) Performance Security;

(5) Notice of Award of Contract; and

(6) Other contract documents that may be required by existing laws and/or

specified in the BDS.

32. Performance Security

32.1 Unless otherwise provided in the BDS, to guarantee the faithful performance

by the winning Consultant of its obligations under the contract, it shall post a

performance security within a maximum period of ten (10) calendar days from

the receipt of the Notice of Award from the Procuring Entity and in no case

later than the signing of the contract.

32.2 The performance security shall be denominated in Philippine Pesos and posted

in favor of the Procuring Entity in an amount not less than the percentage of

the total contract price in accordance with the following schedule:

Form of Performance Security

Amount of Performance Security

(Not less than the Percentage of the

Total Contract Price)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank;

For biddings conducted by the

LGUs, the Cashier’s/Manager’s

Check may be issued by other

banks certified by the BSP as

authorized to issue such

financial instrument.

Five percent (5%) (b) Bank draft/guarantee or

irrevocable letter of credit

issued by a Universal or

Commercial Bank: Provided,

however, that it shall be

confirmed or authenticated by a

Universal or Commercial Bank,

if issued by a foreign bank;

and/or

For biddings conducted by the

LGUs, the Bank Draft/

Guarantee or Irrevocable Letter

of Credit may be issued by

54

other banks certified by the BSP

as authorized to issue such

financial instrument.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly

certified by the Insurance

Commission as authorized to

issue such security.

Thirty percent (30%)

32.3 Failure of the successful Consultant to comply with the above-mentioned

requirement shall constitute sufficient ground for the annulment of the award

and forfeiture of the bid security, in which event the Procuring Entity shall

have a fresh period to initiate negotiation and if successful, complete post-

qualification of the second Highest Rated Bid. The procedure shall be repeated

until the HRRB is identified and selected for recommendation of contract

award. However if no Consultant had a successful negotiation or passed post-

qualification, the BAC shall declare the bidding a failure and conduct a re-

bidding with re-advertisement, if necessary.

33. Notice to Proceed

33.1 Within seven (7) calendar days from the date of approval of the contract by the

appropriate government approving authority, the Procuring Entity shall issue

the Notice to Proceed together with copies of the approved contract to the

successful Consultant. All notices called for by the terms of the contract shall

be effective only at the time of receipt thereof by the successful Consultant.

33.2 The contract effectivity date shall be the date of contract signing. The

Consultant shall commence performance of its obligations only upon receipt

of the Notice to Proceed.

34. Protest Mechanism

Decision of the Procuring Entity at any stage of the procurement process may be

questioned in accordance with Section 55 of the IRR of RA 9184.

File/Ref. No.: PrMD-202106-0025e-BC

Page 1 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

BID DATA SHEET

One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

ITB Clause Supplemental Information / Requirements

1.1 The PROCURING ENTITY is BANGKO SENTRAL NG PILIPINAS.

The Evaluation Procedure is: Quality-Cost Based Evaluation (QCBE) procedure using the corresponding weights of 60% for the technical proposal and 40% for the financial proposal.

1.2 The Funding Source is: BSP Corporate Fund

The name of the Project is: One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

1.3 The Bangko Sentral ng Pilipinas (BSP) intends to construct a two-storey BSP Bacolod Branch building and other ancillary structures at its 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental. The over-all design shall incorporate sustainable design or green design, solutions to address the New Normal Economy setting and shall adhere to the BSP design standards for branch buildings.

1.4 Please refer to BSP Terms of Reference.

5.0 No further instructions.

6.1 Sub-contracting is not allowed.

6.2 Not applicable.

7.1

The Date and Venue of the Pre-bid Conference is:

_____________, _________ MR2B, 2nd Floor, 5-Storey Building, BSP Main Complex A. Mabini corner P. Ocampo Sr. Streets, Malate, Manila Tel. No. 8708-7118/5306-2567 and Fax No. 8708-7115 Please refer to the attached Annex A – Procedures in the Payment of Bidding Documents, and Annex B – Guidelines in the Conduct of Pre-bid Conference

File/Ref. No.: PrMD-202106-0025e-BC

Page 2 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

8.1

The address for requesting clarifications is:

The Bids and Awards Committee (BAC) – Information Technology, Infrastructure and Other Related Components Through: The BAC Secretariat Room 213, 2nd Floor, 5-Storey Building A. Mabini corner P. Ocampo Streets, Malate, Manila Tel. No. 5306-3075, 8708-7173 Fax No. 8708-7116 E-mail address: [email protected]

10.1(b) The estimated number of professional staff-months required for the Project shall be as stipulated in the Detailed Fee Breakdown.

10.1(c)

The minimum required experience of proposed professional staff is stipulated under Section III of the BSP Terms of Reference.

11.5 The Bid Price shall be inclusive of all applicable taxes.

11.7 The ABC is Php9,000,000.00, inclusive of all applicable taxes. Any bid with financial proposal exceeding this amount shall not be accepted (Use BSP-prescribed form).

13.1 The bid price shall be quoted in Philippine Peso.

13.3 No further instructions.

14.1 Bid shall remain valid for a period of one hundred twenty (120) calendar days from the date of the opening of bids.

15.1

The bid security shall be in any of the following acceptable forms:

Form of Bid Security Amount of Bid Security

(Not less than the required percentage of the ABC)

a. Cash or cashier’s / manager’s check issued by a Universal Bank (UB) or Commercial Bank (KB);

Note: If Cash is posted as bid security, it must be put in a separate envelope with amount stated therein, sealed, and placed inside Envelope No. 1. If bid security is paid through Union Bank, a copy of the deposit slip or screenshot of the online payment shall be included in Envelope 1

Two percent (2%) Php180,000.00

b. Bank draft/guarantee or irrevocable letter of credit issued by a UB or KB: Provided, however, that: (a) it shall be confirmed or

File/Ref. No.: PrMD-202106-0025e-BC

Page 3 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

authenticated by a UB or KB, if issued by a foreign bank;

c. Surety Bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission to issue such security;

Notes:

i. The surety company should be authorized by the insurance commissioner to grant authority to private insurance companies to act as sureties in government transactions in accordance with IC Circular No. 2014-24 dated 28 May 2014.

ii. The surety company shall not be included in the GPPB’s negative list of insurers pursuant to GPPB Guidelines for the Establishment of Negative List of Surety and/or Insurance Companies [Appendix 29 of the 2016 Revised IRR].

iii. The BSP shall not accept surety bond with limiting conditions.

iv. The BSP hereby requests that the supplier obtain its surety from the attached list of evaluated surety companies;

Five percent (5%) Php450,000.00

d. NOTARIZED Bid-Securing Declaration Form (Use GPPB-prescribed form).

Notes: i. The Bidder is allowed to submit an

unnotarized Bid Securing Declaration, subject to submission of the NOTARIZED Bid Securing Declaration during post-qualification stage under Envelope No. 3.

ii. For online or electronic bid submission, the bidder is allowed to submit scanned copy of the bid securing declaration or other acceptable forms of bid security, excluding cash, subject to submission of the original copy thereof during post-qualification stage under Envelope No. 3.

No rate

Notes:

1. Bid Security (in the form of Surety Bond) issued by a private insurance firm is acceptable provided that the said firm is duly authorized by the Insurance Commission (IC) to issue Surety Bonds and has not been issued a cease or desist order from the IC or is currently not included in the blacklisted firms.

2. Furthermore, Surety Bond with the following or similar condition / phrase

File/Ref. No.: PrMD-202106-0025e-BC

Page 4 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

shall not be accepted:

(a) “In case of default by the Principal, this bond shall only answer for the difference in the bid price of the winning bidder and that of the next lowest complying bidder or that the new winning bidder in case of re-bidding plus necessary expenses incurred by the Obligee in the re-bidding which liability shall in no case exceed the amount of the bond”; or

(b) “That the amount of liability of the surety under this bond is limited to the actual loss or damage sustained and duly proven by the Obligee”; or

(c) “It is hereby further agreed and understood that no action at law or equity shall be brought against the Surety under this Bond unless the same is brought before a competent Court within one year from the date said written notice of any existing obligation is received by the Surety, as herein stipulated.”

15.2 The Bid Security should be valid for a period of one hundred twenty (120) calendar days from the date of the opening of bids. The BSP, should it become necessary, may request the bidder to extend the validity period of the bid security.

15.5 No further instructions.

15.5 (b) (iii) No further instructions.

17.1 and 17.3

For Manual Submission of Bids:

Bidders shall submit two (2) sets (Original & Photocopy) of Envelope No. 1 (Technical Documents/ Proposals) & Envelope No. 2 (Financial Documents/ Proposals).

For Electronic Submission of Bids: 1. Bidders shall submit Envelope 1 (Technical Documents/Proposals) and

Envelope 2 (Financial Documents/Proposals) in separate zipped folders with different passwords (i.e., one password for Envelope 1 and another password for Envelope 2).

2. Passwords shall be known only to the bidder or its duly authorized representative/s and shall not be disclosed to any BSP personnel before the opening of bids.

3. Bids which are not in compressed or zipped folder (use 7-ZIP compression tool) and those without electronic key or passwords shall be considered unsealed bid submission and not complying with the two-factor security procedure, and hence, shall be rejected during opening of bids.

File/Ref. No.: PrMD-202106-0025e-BC

Page 5 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

18.0 The address for submission of bids is:

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids

The deadline for submission of bids is on ______________, 1:00 P.M.

21.2 The place of bid opening is MR2B Conference Room, 2nd Floor, 5-Storey Building, BSP Main Complex, Manila.

The date and time of bid opening is on ________________, 1:00 P.M.

Please refer to the attached Annex C – Guidelines in the Submission of Bids (Manual and Electronic) and Opening of Bids

22.1 No further instructions.

25.1 The evaluation procedure is Quality-Cost Based. The following processes for the opening and evaluation of bids shall be adopted: a. The technical proposal together with the financial proposal shall be

considered in the ranking of consultants. The technical proposals shall be evaluated first using the criteria in ITB Clause 25.3. The financial proposals of the consultants who meet the minimum technical score shall then be opened.

b. The financial and technical proposals shall be given corresponding weights with the financial proposal given a minimum weight of fifteen percent (15%) up to a maximum of forty percent (40%). The weight of the technical criteria shall be adjusted accordingly such that their total weight in percent together with the weight given to the financial proposal shall add to one hundred percent (100%). The BAC shall rank the consultants in descending order based on the combined numerical ratings of their technical and financial proposals and identify the Highest Rated Bid.

c. The HoPE shall approve or disapprove the recommendations of the BAC within two (2) calendar days after receipt of the results of the evaluation from the BAC.

d. After approval by the HoPE of the Highest Rated Bid, the BAC shall, within three (3) calendar days, notify and invite the consultant with the Highest Rated Bid for negotiation in accordance with ITB Clause 27.

25.2 No further instructions.

25.3 The maximum points for each criterion is as follows:

CRITERIA Maximum

Points 1. Experience and Capability of Firm 10

Record of previous engagement and quality of performance in similar project with Corresponding Certificate of Completion and Acceptance/ Satisfactory Performance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts

File/Ref. No.: PrMD-202106-0025e-BC

Page 6 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

2. Plan of Approach and Methodology 30

a. Completeness of the proposal, compliance with mandatory requirements as outlined in the TOR

b. Substance of the proposal as to plan of approach and interpretation of project problems and solutions which are within the budget and timeline

c. Clarity of methods and approaches to be used, their soundness and practicability to the locality

d. Total man-months proposed for the services in relation to BSP's estimates

3. Qualification of Personnel 60

a. Design Architect

a.1 General Qualifications and competence including education and training, nature and length of experiences

a.2 Suitability to perform the duties of the particular assignments

b. Other Key Staff

b.1 General Qualifications and competence including education and training

b.2 Suitability to perform the duties of the particular assignments

TOTAL POINTS 100

A Bid shall be rejected at this stage if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical score.

The minimum technical score required to pass is 80 points.

Attached is the evaluation matrix for the above criteria.

26.1 The BSP shall simultaneously notify the CONSULTANTS that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals.

26.2 After the evaluation of quality is completed, the BSP shall notify those CONSULTANTS whose Bids did not meet the minimum qualifying mark or were considered non-responsive to the Bidding Documents and TOR, indicating that their Financial Proposals shall be returned unopened after completing the selection process. The BSP shall simultaneously notify the CONSULTANTS that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals. The opening date shall not be sooner than two weeks after the notification date unless otherwise specified in ITB Clause 26.1. The notification may be sent by registered letter, facsimile, or electronic mail.

The Financial Proposals shall be opened publicly in the presence of the CONSULTANTS’ representatives who choose to attend. The name of the CONSULTANT, the quality scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The BSP shall prepare minutes of the public opening.

File/Ref. No.: PrMD-202106-0025e-BC

Page 7 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

The BAC shall determine whether the Financial Proposals are complete, i.e., whether all the documents mentioned in ITB Clause 11 are present and all items of the corresponding Technical Proposals that are required to be priced are so priced. If not, the BSP shall reject the proposal. The BAC shall correct any computational errors, and convert prices in various currencies to the Philippine Peso at the rate indicated in ITB Clause 13. The Financial Proposal shall not exceed the ABC and shall be deemed to include the cost of all taxes, duties, fees, levies, and other charges imposed under the applicable laws. The evaluation shall include all such taxes, duties, fees, levies, and other charges imposed under the applicable laws; where special tax privileges are granted to a particular class or nationality of CONSULTANT by virtue of the GOP’s international commitments, the amount of such tax privileges shall be included in the Financial Proposal for purposes of comparative evaluation of Bids.

Financial Proposal Evaluation Only proposals with responses satisfying the minimum technical score shall be considered for the financial evaluation.

The Financial Proposal Rating shall be computed as follows: a. The Bidder with the lowest price gets 100 points b. The scores of the other Bidders will be computed using the formula:

Sf = FI/F x 100

Where: Sf - Financial Score FI - Lowest Financial Proposal F - Bidder’s Financial Proposal

The financial proposal rating shall be computed as follows:

Financial Proposal Score (in points) x 40% = Rating (2)

OVERALL EVALUATION Each qualifying bid proposal shall be assigned a weighted overall score calculated as follows:

Technical Proposal Rating – 60% (Rating 1) Financial Proposal Rating – 40% (Rating 2)

The Total Numerical Rating shall be [Rating (1) + [Rating (2)].

The proposal with the highest Total Numerical Rating shall be selected. In case of tie, the proposal with the higher technical rating shall be selected. If the tie still cannot be broken, the issue shall be resolved by the toss of a coin.

27.1 The address for negotiations is:

The Highest/Single Rated Bidder shall be notified on the place, date and time of the negotiation.

27.2(e) No negotiations pertaining to the Financial Proposal shall be undertaken.

File/Ref. No.: PrMD-202106-0025e-BC

Page 8 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

28.2 Documentary requirements that shall be submitted by the Highest Rated Bidder within five (5) calendar days from receipt of notice/advice from the BAC:

1. Y2019 or Y2020, if available Income Tax Returns (ITR) duly filed thru Electronic Filing and Payment System (eFPS) of the BIR, as provided for under E.O. 398 or Revenue Regulations 3-2005, together with the Filing and Payment References.

2. Business Tax Returns (Quarterly Value-Added Tax Form 2550-Q) for the quarter ending 31 December 2020 or 31 March 2021, if available, per Revenue Regulations 3-2005.

3. Company Profile indicating the following: a. Current composition of the Board of Directors; b. Principal Officers; c. Principal Stockholders; and d. Line of works / services.

4. Additional requirement applicable only to a Bidder who/which is a previous/current supplier of BSP: Certificate of Satisfactory Performance issued by the end-user department for the following, if any: a. Most recent project undertaken with BSP, whether completed or

uncompleted; and b. All Ongoing BSP project/s with at least 20% accomplishment.

5. Current Philippine Government Electronic Procurement System (PhilGEPS) Platinum Membership, in case said document was not submitted during Stage 1.

6. ORIGINAL COPY OF NOTARIZED Statement of all ongoing government and private contracts as of 31 MAY 2021, which are covered by Non-Disclosure Agreement (Statement Form No. 2), in case an unnotarized or scanned document was submitted in Envelope No. 1. The statement must include, for each contract, the following: a. Indicative Aggregate Amount of Contract; b. Percentage of Accomplishment; and c. Indicative Aggregate Value of Outstanding Works/Undelivered Portion.

7. ORIGINAL COPY OF NOTARIZED BID SECURING DECLARATION (BSD) or any one of the following acceptable forms of Bid Security, in case an unnotarized or scanned document was submitted in Envelope No. 1:

a. Cash or Cashier’s/Manager’s Check issued by a UB or KB; b. Bank draft/guarantee or irrevocable letter of credit issued by a UB or

KB: Provided, however, that it shall be confirmed or authenticated by a UB or KB, if issued by a foreign bank (for a list of UBs/KBs, refer to http://www.bsp.gov.ph); and

File/Ref. No.: PrMD-202106-0025e-BC

Page 9 of 9

Pro Form No. 02-014 • Version: ___ • Updated: (For enrollment to PrO-QMS)

c. Surety Bond callable upon demand issued by a surety or insurance company duly authorized by the Insurance Commission to issue such security.

Notes: i. If Cash is posted as bid security, it must be put in a separate envelope

with amount stated therein, sealed, and placed inside Envelope No. 3. If bid security is paid through Union Bank OR DEBIT/CREDIT/(VISA/MASTER) CARD PAYMENT, a copy of the deposit slip or screenshot of the online payment shall be included in Envelope 3; and

ii. If bidding as a JV, the document/s shall be submitted by any of the JV partners.

8. Original copy of Omnibus Sworn Statement (OSS), in case scanned copy thereof was submitted for online or electronic bid submission under Envelope No. 1.

Note: Omission of any of the aforesaid provisions in the OSS shall be considered as “failed”.

9. Original copies of the Notarized CVs of nominated personnel in case unnotarized documents were submitted in Envelope No. 1.

31.4(6) Additional Documents that shall form part of the contract: a. BSP Terms of Reference and pertinent attachments; b. Bid Bulletin/s (if any); and c. Certification of Availability of Funds.

32.1 No further instructions.

33.2 Contract Duration: Within eighteen (18) months from the date stipulated in the Notice to Proceed (NTP) to be issued by the Project Development and Management Department (PDMD).

1.0 Experience and Capability of Firm 8.00 10.00

a 8.00 10.00

2.0 Plan of Approach and Methodology 24.00 30.00

a 4.00 5.00

b 12.00 15.00

c 4.00 5.00

d 4.00 5.00

3.0 Qualification of Personnel 48.00 60.00

a Design Architect

a.1 12.00 15.00

a.2 Suitability to perform the duties of the particular assignments 7.85 10.00b Other Key Staff

b.1 16.00 20.00

b.2 Suitability to perform the duties of the particular assignments 12.15 15.00

80.00 100.00

Please see attached Annex "A" for basis of evaluation

Total Points

C R I T E R I A

Completeness of the proposal, compliance with mandatory requirements as outlined in the TOR

Minimum Points

Maximum Points

Record of previous engagement and quality of performance in similar project with Corresponding Certificate of Completion and Acceptance/ Satisfactory Performance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts

Substance of the proposal as to plan of approach and interpretation of project problems and solutions which are within the budget and timeline

Total man-months proposed for the services in relation to BSP's estimates

General Qualifications and competence including education and training

PROJECT DEVELOPMENT AND MANAGEMENT DEPARTMENT

ARCHITECTURAL AND ENGINEERING (A&E) DESIGN CONSULTANCY SERVICES FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

TECHNICAL EVALUATION

Clarity of methods and approaches to be used, their soundness and practicability to the locality

General Qualifications and competence including education and training, nature and length of experiences

ANNEX A

Basis Equivalent

Points1.0 Experience and Capability of Firm Total Points

Maximum Points - 2 8.003 8.504 9.005 9.50

more than 5 10.00

Basis Equivalent

Points2.0 Plan of Approach and Methodology

Maximum Points - Incomplete IneligibleMinimum 4.00Maximum 5.00

Maximum Points - Minimum 12.00Average 13.50

Maximum 15.00

Maximum Points - Minimum 4.00Average 4.50

Maximum 5.00

Maximum Points - Minimum 4.00Average 4.50

Maximum 5.00Evaluation will be based on Section 33.2.2.c of RIRR of RA No. 9184:

Basis Equivalent

Points3.0 Qualification of Personnela. Design Architect

Maximum Points - Bachelor's Degree 12.00

Bonus Percentage

Other BS degree or Relevant Technical Seminars with one month duration or

Relevant one week training 0.75

Masteral Degree (directly related) 0.45Doctorate Degree (directly related) 0.45

Other Post Graduate Course (masteral or doctorate degree)

0.30

Academic Award in BS Degree directly related to the proposed position/ Board

Top Notcher - up to 10th place 0.30

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Professional Awards, Citation and/or Commendation*

0.75

a.2 Suitability to perform the duties of the particular assignments Maximum Points -

a.2.1 Years of experience pertaining to the proposed position Maximum Points -

Length of Experience** 15 years 4.50

16 - 24 4.6325 - 34 4.75

35 years 4.88

10

5

15

Total Points 30

5

5

Total Points 60

15

10

5

Record of previous engagement and quality of performance in similar project with Corresponding Certificate of Completion and Acceptance/ Satisfactory Performance or Customer Feedback showing satisfactory performance from the client for the aforesaid contracts

BASIS OF TECHNICAL EVALUATION

Completeness of the proposal, compliance with mandatory requirements as outlined in the TOR

a.10

b.

a.

c.

d.

Substance of the proposal as to plan of approach and interpretation of project problems and solutions which are within the budget and timeline

Clarity of methods and approaches to be used, their soundness and practicability to the locality

Total man-months proposed for the services in relation to BSP's estimates

"Plan of approach and methodology with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach, and the quality of interpretation of project problems, risks, and suggested solutions."

General Qualifications and competence including education and training, nature and length of experiences

a.1

Basis Equivalent

Points

BASIS OF TECHNICAL EVALUATION

10** The corresponding points for length of experience for a.2.1 shall be multiplied by the following suitability guide: 36 & above 5.00

Age Rating 35 & below 80.00% 36 - 45 85.00% 46 - 60 100.00% 61 - 70 90.00% Above 70 85.00%

a.2.2 No. of projects actively participated involving detailed eng'g./ architecture Maximum Points -

No. of Project15 and less 4.25

16 - 25 4.5026 - 35 4.75

36 & above 5.00b. Other Key Staff

b.1 Maximum Points (average

points of all other Key staffs) - Bachelor's Degree 16.00

Bonus Percentage

Other BS degree or Relevant Technical Seminars with one month duration or

Relevant one week training 1.00

Masteral Degree (directly related) 0.60Doctorate Degree (directly related) 0.60

Other Post Graduate Course (masteral or doctorate degree)

0.40

Academic Award in BS Degree directly related to the proposed position/ Board

Top Notcher - up to 10th place 0.40

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Professional Awards, Citation and/or Commendation*

1.00

b.2Suitability to perform the duties of the particular assignments

Maximum Points (average points of all other Key staffs) -

b.2.1 Years of experience pertaining to the proposed position Maximum Points - Length of Experience**

15 years 7.0016 - 24 7.1325 - 34 7.25

35 years 7.38** The corresponding points for length of experience for b.2.1 shall be multiplied by the following suitability guide: 36 & above 7.50

Age Rating 35 & below 80.00% 36 - 45 85.00% 46 - 60 100.00% 61 - 70 90.00% Above 70 85.00%

b.2.2 No. of projects actively participated involving detailed eng'g. Maximum Points -

No. of Project15 and less 6.55

16 - 25 6.8726 - 35 7.18

36 & above 7.50

7.5

7.5

15

5

20General Qualifications and competence including education and training, nature and length of experiences

68

Section IV. General Conditions of

Contract

Notes on the General Conditions of Contract

The GCC, SCC, and other documents listed therein, expressing all the rights and

obligations of the parties, should be completed.

The GCC herein shall not be altered. Any changes and complementary information, which

may be needed, shall be introduced only through the SCC in Section V.

69

TABLE OF CONTENTS

1. DEFINITIONS ............................................................................................. 71

2. HEADINGS ................................................................................................. 72

3. LOCATION ................................................................................................. 72

4. LAW GOVERNING CONTRACT AND SERVICES ........................................... 72

5. LANGUAGE ............................................................................................... 73

6. CONSULTANTS AND AFFILIATES NOT TO ENGAGE IN CERTAIN

ACTIVITIES ............................................................................................... 73

7. AUTHORITY OF MEMBER IN CHARGE ........................................................ 73

8. RESIDENT PROJECT MANAGER ................................................................. 73

9. ENTIRE AGREEMENT ................................................................................. 73

10. MODIFICATION .......................................................................................... 73

11. RELATIONSHIP OF PARTIES ....................................................................... 74

12. AUTHORIZED REPRESENTATIVES .............................................................. 74

13. GOOD FAITH ............................................................................................. 74

14. OPERATION OF THE CONTRACT ................................................................. 74

15. NOTICES.................................................................................................... 74

16. WARRANTY AS TO ELIGIBILITY ................................................................. 75

17. CONFIDENTIALITY .................................................................................... 75

18. PAYMENT .................................................................................................. 75

19. CURRENCY OF PAYMENT .......................................................................... 75

20. LIABILITY OF THE CONSULTANT ............................................................... 76

21. INSURANCE TO BE TAKEN OUT BY THE CONSULTANT ............................... 76

22. EFFECTIVITY OF CONTRACT ...................................................................... 76

23. COMMENCEMENT OF SERVICES ................................................................. 76

24. EXPIRATION OF CONTRACT ....................................................................... 76

25. FORCE MAJEURE ....................................................................................... 76

26. SUSPENSION .............................................................................................. 78

27. TERMINATION BY THE PROCURING ENTITY ............................................... 78

28. TERMINATION BY THE CONSULTANT ........................................................ 79

70

29. PROCEDURES FOR TERMINATION OF CONTRACTS ..................................... 80

30. CESSATION OF SERVICES .......................................................................... 81

31. PAYMENT UPON TERMINATION ................................................................ 81

32. DISPUTES ABOUT EVENTS OF TERMINATION ............................................. 81

33. CESSATION OF RIGHTS AND OBLIGATIONS ................................................ 81

34. DISPUTE SETTLEMENT .............................................................................. 81

35. DOCUMENTS PREPARED BY THE CONSULTANT AND SOFTWARE

DEVELOPED TO BE THE PROPERTY OF THE PROCURING ENTITY ................ 82

36. EQUIPMENT AND MATERIALS FURNISHED BY THE PROCURING

ENTITY ...................................................................................................... 82

37. SERVICES, FACILITIES AND PROPERTY OF THE PROCURING ENTITY .......... 82

38. CONSULTANT’S ACTIONS REQUIRING PROCURING ENTITY’S PRIOR

APPROVAL ................................................................................................ 83

39. PERSONNEL ............................................................................................... 83

40. WORKING HOURS, OVERTIME, LEAVE, ETC. ............................................. 84

41. COUNTERPART PERSONNEL ...................................................................... 85

42. PERFORMANCE SECURITY ......................................................................... 85

43. STANDARD OF PERFORMANCE .................................................................. 86

44. CONSULTANT NOT TO BENEFIT FROM COMMISSIONS, DISCOUNTS,

ETC............................................................................................................ 86

45. PROCUREMENT BY THE CONSULTANT ....................................................... 86

46. SPECIFICATIONS AND DESIGNS ................................................................. 87

47. REPORTS ................................................................................................... 87

48. ASSISTANCE BY THE PROCURING ENTITY ON GOVERNMENT

REQUIREMENTS ........................................................................................ 87

49. ACCESS TO LAND ...................................................................................... 88

50. SUBCONTRACT .......................................................................................... 88

51. ACCOUNTING, INSPECTION AND AUDITING ............................................... 88

52. CONTRACT COST ...................................................................................... 89

53. REMUNERATION AND REIMBURSABLE EXPENDITURES ............................. 89

54. FINAL PAYMENT ....................................................................................... 90

55. LUMP SUM CONTRACTS ............................................................................ 91

56. LIQUIDATED DAMAGES FOR DELAY.......................................................... 91

71

1. Definitions

1.1 Unless the context otherwise requires, the following terms whenever used in

this Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having

the force of law in the Philippines as they may be issued and enforced

from time to time.

(b) “Consultant” refers to the short listed consultant with the HRRB

determined by the Procuring Entity as such in accordance with the

ITB.

(c) “Consulting Services” refer to services for Infrastructure Projects and

other types of projects or activities of the Government of the

Philippines (GoP) requiring adequate external technical and

professional expertise that are beyond the capability and/or capacity of

the Procuring Entity to undertake such as, but not limited to: (i)

advisory and review services; (ii) pre-investment or feasibility studies;

(iii) design; (iv) construction supervision; (v) management and related

services; and (vi) other technical services or special studies.

(d) “Contract” means the agreement signed by the Parties, to which these

General Conditions of Contract (GCC) and other sections of the

Bidding Documents are attached.

(e) “Effective Date” means the date on which this Contract comes into full

force and effect.

(f) “Foreign Currency” means any currency other than the currency of the

Philippines.

(g) “Funding Source” means the entity indicated in the SCC.

(h) “GCC” means these General Conditions of Contract.

(i) “Government” means the Government of the Philippines (GoP).

(j) “Local Currency” means the Philippine Peso (Php).

(k) “Member,” in case the Consultant is a Joint Venture (JV) of two (2) or

more entities, means any of these entities; and “Members” means all

these entities.

(l) “Party” means the Procuring Entity or the Consultant, as the case may

be, and “Parties” means both of them.

(m) “Personnel” means persons hired by the Consultant or by any

Subconsultant as employees and assigned to the performance of the

Services or any part thereof; “Foreign Personnel” means such persons

who at the time of being so hired had their domicile outside the

Government’s country; “Local Personnel” means such persons who at

72

the time of being so hired had their domicile inside the Philippines; and

“Key Personnel” means the Personnel referred to in GCC Clause 39.

(n) “Procuring Entity” refers to any branch, constitutional commission or

office, agency, department, bureau, office or instrumentality of the

Government, including GOCC, GFI, SUC, LGU, and autonomous

regional government procuring Goods, Consulting Services, and

Infrastructure Projects.

(o) “SCC” means the Special Conditions of Contract by which the GCC

may be amended or supplemented.

(p) “Services” means the work to be performed by the Consultant pursuant

to this Contract, as described in Appendix I.

(q) “Subconsultant” means any person or entity to whom/which the

Consultant subcontracts any part of the Services in accordance with the

provisions of GCC Clause 50.

(r) “Third Party” means any person or entity other than the Government,

the Procuring Entity, the Consultant or a Subconsultant.

2. Headings

The headings shall not limit, alter or affect the meaning of this Contract.

3. Location

The Services shall be performed at such locations as are specified in Appendix I and,

where the location of a particular task is not so specified, at such locations, whether in

the Philippines or elsewhere, as the Procuring Entity may approve.

4. Law Governing Contract and Services

4.1 This Contract, its meaning and interpretation, and the relation between the

Parties shall be governed by the Applicable Law.

4.2 The Consultant shall perform the Services in accordance with the Applicable

Law and shall take all practicable steps to ensure that any Subconsultant, as

well as the Personnel of the Consultant and any Subconsultant, complies with

the Applicable Law. The Procuring Entity shall notify the Consultant in

writing of relevant local customs, and the Consultant shall, after such

notification, respect such customs.

4.3 If, after the date of this Contract, there is any change in the Applicable Law

with respect to taxes and duties which increases or decreases the cost incurred

by the Consultant in performing the Services, then the remuneration and

reimbursable expenses otherwise payable to the Consultant under this Contract

shall be increased or decreased on a no loss-no gain basis, and corresponding

adjustments shall be made to the ceiling amounts specified in GCC Clause 52,

provided that the cost is within the Approved Budget for the Contract (ABC).

73

5. Language

This Contract has been executed in the English language, which shall be the binding

and controlling language for all matters relating to the meaning or interpretation of

this Contract.

6. Consultants and Affiliates Not to Engage in Certain Activities

6.1 The Consultant agrees that, during the term of this Contract and after its

termination, the Consultant and any entity affiliated with the Consultant, as

well as any Subconsultant and any entity affiliated with such Subconsultant,

shall be disqualified from providing goods, works, or consulting services for

any project resulting from or closely related to this Contract other than the

Services and any continuation thereof provided there is no current or future

conflict.

6.2 The Consultant shall not engage, and shall cause their Personnel as well as

their Subconsultants and their Personnel not to engage, either directly or

indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities

in the Government’s country which would conflict with the activities

assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may be

specified in the SCC.

7. Authority of Member in Charge

In case the Consultant is a JV, the Members hereby authorize the entity specified in

the SCC to act on their behalf in exercising all the Consultant’s rights and obligations

towards the Procuring Entity under this Contract, including without limitation the

receiving of instructions and payments from the Procuring Entity.

8. Resident Project Manager

If required by the SCC, the Consultant shall ensure that at all times during the

Consultant’s performance of the Services in the Government’s country, a resident

project manager, acceptable to the Procuring Entity, shall take charge of the

performance of such Services.

9. Entire Agreement

This Contract, including the documents specified in Section 37.2.3 of the IRR of RA

9184, contains all covenants, stipulations and provisions agreed by the Parties. No

agent or representative of either Party has authority to make any statement,

representation, promise, or agreement not set forth herein of which the Parties shall

not be bound by or be liable for.

10. Modification

74

Unless otherwise specified in the SCC, no modification of the terms and conditions of

this Contract, including any modification of the scope of the Services shall be

allowed. Pursuant to GCC Clause 14 hereof, however, each Party shall give due

consideration to any proposal for modification made by the other Party.

11. Relationship of Parties

11.1 Nothing contained herein shall be construed as establishing a relation of

employer and employee or of principal and agent as between the Procuring

Entity and the Consultant. The Consultant, subject to this Contract, has

complete charge of its Personnel and Subconsultants, if any, performing the

Services and shall be fully responsible for the Services performed by them or

on their behalf hereunder.

11.2 The Consultant shall during the performance of the Services be an

independent contractor, retaining complete control over its Personnel,

conforming to all statutory requirements with respect to all its employees, and

providing all appropriate employee benefits.

12. Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted

to be executed, under this Contract by the Procuring Entity or the Consultant may be

taken or executed by the officials specified in the SCC.

13. Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this

Contract and to adopt all reasonable measures to ensure the realization of the

objectives of this Contract.

14. Operation of the Contract

The Parties recognize that it is impractical for this Contract to provide for every

contingency which may arise during the life of this Contract, and the Parties hereby

agree that it is their intention that this Contract shall operate fairly as between them,

and without detriment to the interest of either of them; and that, if during the term of

this Contract either Party believes that this Contract is operating unfairly, the Parties

shall use their best efforts to agree on such action as may be necessary to remove the

cause or causes of such unfairness, but no failure to agree on any action pursuant to

this Clause shall give rise to a dispute subject to arbitration in accordance with GCC

Clause 34 hereof.

15. Notices

15.1 Any notice, request or consent required or permitted to be given or made

pursuant to this 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

75

mail, telex, telegram or facsimile to such Party at the address specified in the

SCC.

15.2 Notice shall be deemed to be effective as specified in the SCC.

15.3 A Party may change its address for notice hereunder by giving the other Party

notice of such change pursuant to the provisions listed in the SCC with respect

to GCC Clause 15.2.

16. Warranty as to Eligibility

16.1 The Consultant represents, warrants, and confirms that it, as well as its

Subconsultant, if any, is eligible, i.e., has the legal personality to act as a

consultant in accordance with Part I, Section II. Eligibility Documents issued

for this project.

16.2 The Consultant shall fulfill its obligations under this Contract by using

knowledge according to the best accepted professional standards. The

Consultant shall exercise all reasonable skill, care and diligence in the

discharge of duties agreed to be performed and shall work in the best interest

of the GoP.

17. Confidentiality

Except with the prior written consent of the Procuring Entity, the Consultant and the

Personnel shall not at any time communicate to any person or entity any confidential

information acquired in the course of the Services, nor shall the Consultant and the

Personnel make public the recommendations formulated in the course of, or as a result

of, the Services. For purposes of this clause, “confidential information” means any

information or knowledge acquired by the Consultant and/or its Personnel arising out

of, or in connection with, the performance of the Services under this Contract that is

not otherwise available to the public.

18. Payment

18.1 In consideration of the Services performed by the Consultant under this

Contract, the Procuring Entity shall make to the Consultant such payments and

in such manner as is provided by GCC Clause 53 of this Contract. However,

the Procuring Entity may refuse to make payments when the terms and

conditions of the contract are not satisfactorily performed by the Consultant.

18.2 Subject to the ceilings specified in GCC Clause 52 hereof, the Procuring

Entity shall pay to the Consultant: (i) remuneration as set forth in GCC Clause

53.2; and (ii) reimbursable expenditures as set forth in GCC Clause 53.4.

Said remuneration shall not be subject to price adjustment.

18.3 All payments under this Contract shall be made to the account of the

Consultant specified in the SCC.

19. Currency of Payment

76

Unless otherwise specified in the SCC, all payments shall be made in Philippine

Pesos.

20. Liability of the Consultant

Subject to additional provisions, if any, set forth in the SCC, the Consultant’s liability

under this Contract shall be as provided by the laws of the Republic of the

Philippines.

21. Insurance to be Taken Out by the Consultant

21.1 The Consultant, at its own cost, shall be responsible for taking out or

maintaining any insurance policy against any risk related to the project.

21.2 The Procuring Entity undertakes no responsibility in respect of life, health,

accident, travel or any other insurance coverage for the Personnel or for the

dependents of any such Personnel.

22. Effectivity of Contract

The contract effectivity date shall be the date of contract signing, provided that the

effectiveness of the conditions, if any, listed in the SCC have been met.

23. Commencement of Services

The Consultant shall begin carrying out the Services starting from the effectivity date

of this Contract, as mentioned in GCC Clause 22.

24. Expiration of Contract

Unless sooner terminated pursuant to GCC Clauses 27 or 28 hereof, this Contract

shall terminate at the end of such time period after the effectivity date as shall be

specified in the SCC.

25. Force Majeure

25.1 For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force

majeure shall be interpreted to mean an event which the Consultant could not

have foreseen, or which though foreseen, was inevitable. It shall not include

ordinary unfavorable weather conditions; and any other cause the effects of

which could have been avoided with the exercise of reasonable diligence by

the Consultant.

25.2 The failure of a Party to fulfill any of its obligations hereunder shall not be

considered to be a breach of, or default under, this Contract insofar as such

inability arises from an event of force majeure, provided that the Party

affected by such an event has taken all reasonable precautions, due care and

reasonable alternative measures, all with the objective of carrying out the

terms and conditions of this Contract.

77

25.3 Unless otherwise agreed herein, force majeure shall not include:

(a) any event which is caused by the negligence or intentional action of a

Party or such Party’s Subconsultants or agents or employees;

(b) any event which a diligent Party could reasonably have been expected

to both take into account at the time of the conclusion of this Contract

and avoid or overcome in the carrying out of its obligations hereunder;

(c) insufficiency of funds or failure to make any payment required

hereunder; or

(d) the Procuring Entity’s failure to review, approve or reject the outputs

of the Consultant beyond a reasonable time period.

25.4 A Party affected by an event of force majeure shall take all reasonable

measures to remove such Party’s inability to fulfill its obligations hereunder

immediately or within a reasonable time.

25.5 A Party affected by an event of force majeure shall notify the other Party of

such event as soon as possible, and in any event not later than fifteen (15) days

following the occurrence of such event, providing evidence of the nature and

cause of such event, and shall similarly give notice of the restoration of normal

conditions as soon as possible.

25.6 The Parties shall take all reasonable measures to minimize the consequences

of any event of force majeure.

25.7 Any period within which a Party shall, pursuant to this Contract, complete any

action or task, shall be extended for a period equal to the time during which

such Party was unable to perform such action as a direct and proximate result

of force majeure.

25.8 During the period of their inability to perform the Services as a direct and

proximate result of an event of force majeure, the Consultant shall be entitled

to continue receiving payment under the terms of this Contract as well as to be

reimbursed for additional costs reasonably and necessarily incurred by it

during such period for the purposes of the Services and in reactivating the

Services after the end of such period, provided that such costs are still within

the total contract price. However, the foregoing provision shall not apply if the

Procuring Entity suspends or terminates this Contract in writing, notice thereof

duly received by the Consultant, pursuant to GCC Clauses 26 and 27 hereof

with the exception of the direct and proximate result of force majeure.

25.9 Not later than fifteen (15) days after the Consultant, as the direct and

proximate result of an event of force majeure, has become unable to perform a

material portion of the Services, the Parties shall consult with each other with

a view to agreeing on appropriate measures considering the circumstances.

25.10 In the case of disagreement between the parties as to the existence, or extent of

force majeure, the matter shall be submitted to arbitration in accordance with

GCC Clause 34 hereof.

78

26. Suspension

26.1 The Procuring Entity shall, by written notice of suspension to the Consultant,

suspend all payments to the Consultant hereunder if the Consultant fail to

perform any of their obligations due to their own fault or due to force majeure

or other circumstances beyond the control of either party (e.g. suspension of

civil works being supervised by the consultant) under this Contract, including

the carrying out of the Services, provided that such notice of suspension:

(a) shall specify the nature of the failure; and

(b) shall request the Consultant to remedy such failure within a period not

exceeding thirty (30) days after receipt by the Consultant of such

notice of suspension.

26.2 The Consultant may, without prejudice to its right to terminate this Contract

pursuant to GCC Clause 28, by written notice of suspension, suspend the

Services if the Procuring Entity fails to perform any of its obligations which

are critical to the delivery of the Consultant’s services such as, non-payment

of any money due the Consultant within forty-five (45) days after receiving

notice from the Consultant that such payment is overdue.

27. Termination by the Procuring Entity

27.1 The Procuring Entity shall terminate this Contract when any of the following

conditions attends its implementation:

(a) Outside of force majeure, the Consultant fails to deliver or perform the

Outputs and Deliverables within the period(s) specified in the Contract,

or within any extension thereof granted by the Procuring Entity

pursuant to a request made by the Consultant prior to the delay;

(b) As a result of force majeure, the Consultant is unable to deliver or

perform a material portion of the Outputs and Deliverables for a period

of not less than sixty (60) calendar days after the Consultant’s receipt

of the notice from the Procuring Entity stating that the circumstance of

force majeure is deemed to have ceased;

(c) In whole or in part, at any time for its convenience, the HoPE may

terminate the Contract for its convenience if he has determined the

existence of conditions that make Project Implementation

economically, financially or technically impractical and/or

unnecessary, such as, but not limited to, fortuitous event(s) or changes

in law and National Government policies;

(d) If the Consultant is declared bankrupt or insolvent as determined with

finality by a court of competent jurisdiction; in which event,

termination will be without compensation to the Consultant, provided

that such termination will not prejudice or affect any right of action or

remedy which has accrued or will accrue thereafter to the Procuring

Entity and/or the Consultant;

79

(e) In case it is determined prima facie that the Consultant has engaged,

before or during the implementation of this Contract, in unlawful deeds

and behaviors relative to contract acquisition and implementation, such

as, but not limited to, the following: corrupt, fraudulent, collusive,

coercive, and obstructive practices; drawing up or using forged

documents; using adulterated materials, means or methods, or

engaging in production contrary to rules of science or the trade; and

any other act analogous to the foregoing. For purposes of this clause,

corrupt, fraudulent, collusive, coercive, and obstructive practices shall

have the same meaning as that provided in ITB Clause 3.1(a):

(f) The Consultant fails to remedy a failure in the performance of their

obligations hereunder, as specified in a notice of suspension pursuant

to GCC Clause 15.2 hereinabove, within thirty (30) days of receipt of

such notice of suspension or within such further period as the

Procuring Entity may have subsequently approved in writing;

(g) The Consultant’s failure to comply with any final decision reached as a

result of arbitration proceedings pursuant to GCC Clause 34 hereof; or

(h) The Consultant fails to perform any other obligation under the

Contract.

27.2 In case of termination, written notice shall be understood to mean fifteen (15)

days for short term contracts, i.e., four (4) months or less, and thirty (30) days

for long term contracts.

28. Termination by the Consultant

The Consultant must serve a written notice to the Procuring Entity of its intention to

terminate this Contract at least thirty (30) calendar days before its intended

termination. This Contract is deemed terminated if no action has been taken by the

Procuring Entity with regard to such written notice within thirty (30) calendar days

after the receipt thereof by the Procuring Entity. The Consultant may terminate this

Contract through any of the following events:

(a) The Procuring Entity is in material breach of its obligations pursuant to this

Contract and has not remedied the same within sixty (60) calendar days

following its receipt of the Consultant’s notice specifying such breach;

(b) The Procuring Entity’s failure to comply with any final decision reached as a

result of arbitration pursuant to GCC Clause 34 hereof

(c) As the direct and proximate result of force majeure, the Consultant is unable to

perform a material portion of the Services for a period of not less than sixty

(60) days; or

(d) The Procuring Entity fails to pay any money due to the Consultant pursuant to

this Contract and not subject to dispute pursuant to GCC Clause 32 hereof

within eighty four (84) days after receiving written notice from the Consultant

that such payment is overdue.

80

29. Procedures for Termination of Contracts

The following provisions shall govern the procedures for the termination of this

Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative, the

Procuring Entity shall, within a period of seven (7) calendar days, verify the

existence of such ground(s) and cause the execution of a Verified Report, with

all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the HoPE shall terminate this

Contract only by a written notice to the Consultant conveying such

termination. The notice shall state:

(i) that the contract is being terminated for any of the ground(s) afore-

mentioned, and a statement of the acts that constitute the ground(s)

constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Consultant to show cause as to why the contract

should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified

Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of

Termination, the Consultant shall submit to the HoPE a verified position paper

stating why this Contract should not be terminated. If the Consultant fails to

show cause after the lapse of the seven (7) day period, either by inaction or by

default, the HoPE shall issue an order terminating this Contract;

(d) The Procuring Entity may, at anytime before receipt of the Consultant’s

verified position paper to withdraw the Notice to Terminate if it is determined

that certain services subject of the notice had been completed or performed

before the Consultant’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the

verified position paper, the HoPE shall decide whether or not to terminate this

Contract. It shall serve a written notice to the Consultant of its decision and,

unless otherwise provided, this Contract is deemed terminated from receipt of

the Consultant of the notice of decision. The termination shall only be based

on the ground(s) stated in the Notice to Terminate; and

(f) The HoPE may create a Contract Termination Review Committee (CTRC) to

assist him in the discharge of this function. All decisions recommended by the

CTRC shall be subject to the approval of the HoPE.

81

30. Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to

GCC Clauses 27 or 28 hereof, the Consultant shall, immediately upon dispatch or

receipt of such notice, take all necessary steps to bring the Services to a close in a

prompt and orderly manner and shall make every reasonable effort to keep

expenditures for this purpose to a minimum. With respect to documents prepared by

the Consultant and equipment and materials furnished by the Procuring Entity, the

Consultant shall proceed as provided, respectively, by GCC Clauses 35 or 36 hereof.

31. Payment Upon Termination

Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, the

Procuring Entity shall make the following payments to the Consultant:

(a) remuneration pursuant to GCC Clause 53 hereof for Services satisfactorily

performed prior to the effective date of termination;

(b) reimbursable expenditures pursuant to GCC Clause 53 hereof for expenditures

actually incurred prior to the effective date of termination; and

(c) in the case of termination pursuant to GCC Clause 27(b) hereof,

reimbursement of any reasonable cost incident to the prompt and orderly

termination of this Contract including the cost of the return travel of the

Personnel and their eligible dependents.

32. Disputes about Events of Termination

If either Party disputes whether an event specified in GCC Clause 27.1 or in GCC

Clause 28 hereof has occurred, such Party may refer the matter to arbitration pursuant

to GCC Clause 34 hereof, and this Contract shall not be terminated on account of

such event except in accordance with the terms of any resulting arbitral award.

33. Cessation of Rights and Obligations

Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, or upon

expiration of this Contract pursuant to GCC Clause 24, all rights and obligations of

the Parties hereunder shall cease, except:

(a) such rights and obligations as may have accrued on the date of termination or

expiration;

(b) the obligation of confidentiality set forth in GCC Clause 17 hereof; and

(c) the Consultant’s obligation to permit inspection, copying and auditing of their

accounts and records set forth in GCC Clauses 51(b) and 51(c) hereof, any

right which a Party may have under the Applicable Law.

34. Dispute Settlement

82

34.1 If any dispute or difference of any kind whatsoever shall arise between the

Parties in connection with the implementation of this Contract, the Parties

shall make every effort to resolve amicably such dispute or difference by

mutual consultation.

34.2 Any and all disputes arising from the implementation of this Contract shall be

submitted to arbitration in accordance with the rules of procedure specified in

the SCC.

35. Documents Prepared by the Consultant and Software Developed to

be the Property of the Procuring Entity

35.1 All plans, drawings, specifications, designs, reports, other documents and

software prepared by the Consultant for the Procuring Entity under this

Contract shall become and remain the property of the Procuring Entity, and

the Consultant shall, prior to termination or expiration of this Contract, deliver

all such documents to the Procuring Entity, together with a detailed inventory

thereof. The Consultant may retain a copy of such documents and software.

The plans, drawings, specifications, designs, reports, other documents and

software, including restrictions on future use of such documents and software,

if any, shall be specified in the SCC.

35.2 All computer programs developed by the Consultant under this Contract shall

be the sole and exclusive property of the Procuring Entity; provided, however,

that the Consultant may use such programs for its own use with prior written

approval of the Procuring Entity. If license agreements are necessary or

appropriate between the Consultant and third parties for purposes of

development of any such computer programs, the Consultant shall obtain the

Procuring Entity’s prior written approval to such agreements. In such cases,

the Procuring Entity shall be entitled at its discretion to require recovering the

expenses related to the development of the program(s) concerned.

36. Equipment and Materials Furnished by the Procuring Entity

Equipment and materials made available to the Consultant by the Procuring Entity, or

purchased by the Consultant with funds provided by the Procuring Entity, shall be the

property of the Procuring Entity and shall be marked accordingly. Upon termination

or expiration of this Contract, the Consultant shall make available to the Procuring

Entity an inventory of such equipment and materials and shall dispose of such

equipment and materials in accordance with the Procuring Entity’s instructions.

While in possession of such equipment and materials, the Consultant, unless

otherwise instructed by the Procuring Entity in writing, shall insure it at the expense

of the Procuring Entity in an amount equal to their full replacement value.

37. Services, Facilities and Property of the Procuring Entity

The Procuring Entity shall make available to the Consultant and the Personnel, for the

purposes of the Services and free of any charge, the services, facilities and property

described in Appendix V at the terms and in the manner specified in said appendix,

83

provided that if such services, facilities and property shall not be made available to

the Consultant as and when so specified, the Parties shall agree on:

(a) any time extension that it may be appropriate to grant to the Consultant for the

performance of the Services;

(b) the manner in which the Consultant shall procure any such services, facilities

and property from other sources; and

(c) the additional payments, if any, to be made to the Consultant as a result

thereof pursuant to GCC Clause 52 hereinafter which should be within the

agreed contract ceiling.

38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval

The Consultant shall obtain the Procuring Entity’s prior approval in writing before

taking any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix III merely

by title but not by name;

(b) entering into a subcontract for the performance of any part of the Services, it

being understood that:

(i) the selection of the Subconsultant and the terms and conditions of the

subcontract shall have been approved in writing by the Procuring

Entity prior to the execution of the subcontract; and

(ii) the Consultant shall remain fully liable for the performance of the

Services by the Subconsultant and its Personnel pursuant to this

Contract;

(c) replacement, during the performance of the contract for any reason, of any

Personnel as listed in Appendix III of this Contract requiring the Procuring

Entity’s prior approval; and

(d) any other action that may be specified in the SCC.

39. Personnel

39.1 The Consultant shall employ and provide such qualified and experienced

Personnel and Subconsultants as are required to carry out the Services.

39.2 The title, agreed job description, minimum qualification and estimated period

of engagement in the carrying out of the Services of each of the Consultant’s

Key Personnel are described in Appendix III.

39.3 The Key Personnel and Subconsultants listed by title as well as by name in

Appendix III are hereby approved by the Procuring Entity. In respect of other

Key Personnel which the Consultant proposes to use in the carrying out of the

Services, the Consultant shall submit to the Procuring Entity for review and

approval a copy of their biographical data and, in the case of Key Personnel to

84

be assigned within the GoP, a copy of a satisfactory medical certificate

attached as part of Appendix III. If the Procuring Entity does not object in

writing; or if it objects in writing but fails to state the reasons for such

objection, within twenty-one (21) calendar days from the date of receipt of

such biographical data and, if applicable, such certificate, the Key Personnel

concerned shall be deemed to have been approved by the Procuring Entity.

39.4 The Procuring Entity may request the Consultants to perform additional

services not covered by the original scope of work but are determined by the

Procuring Entity to be critical for the satisfactory completion of the Services,

subject to GCC Clause 55.6.

39.5 No changes shall be made in the Key Personnel, except for justifiable reasons

as may be determined by the Procuring Entity, as indicated in the SCC, and

only upon prior approval of the Procuring Entity. If it becomes justifiable and

necessary to replace any of the Personnel, the Consultant shall forthwith

provide as a replacement a person of equivalent or better qualifications. If the

Consultant introduces changes in Key Personnel for reasons other than those

mentioned in the SCC, the Consultant shall be liable for the imposition of

damages as described in the SCC.

39.6 Any of the Personnel provided as a replacement under GCC Clauses 39.5 and

39.7, the rate of remuneration applicable to such person as well as any

reimbursable expenditures the Consultant may wish to claim as a result of

such replacement, shall be subject to the prior written approval by the

Procuring Entity. Except as the Procuring Entity may otherwise agree, the

Consultant shall bear all additional travel and other costs arising out of or

incidental to any removal and/or replacement, and the remuneration to be paid

for any of the Personnel provided as a replacement shall not exceed the

remuneration which would have been payable to the Personnel replaced.

39.7 If the Procuring Entity finds that any of the Personnel has committed serious

misconduct or has been charged with having committed a criminal action as

defined in the Applicable Law, or has reasonable cause to be dissatisfied with

the performance of any of the Personnel, then the Consultant shall, at the

Procuring Entity’s written request specifying the grounds therefore, forthwith

provide as a replacement a person with qualifications and experience

acceptable to the Procuring Entity.

40. Working Hours, Overtime, Leave, etc.

40.1 Working hours and holidays for Key Personnel are set forth in Appendix III.

Any travel time prior to and after contract implementation shall not be

considered as part of the working hours.

40.2 The Key Personnel shall not be entitled to claim payment for overtime work,

sick leave, or vacation leave from the Procuring Entity since these items are

already covered by the Consultant’s remuneration. All leaves to be allowed to

the Personnel are included in the staff-months of service set forth in Appendix

III. Taking of leave by any Personnel should not delay the progress and

adequate supervision of the Services.

85

40.3 If required to comply with the provisions of GCC Clause 43.1 hereof,

adjustments with respect to the estimated periods of engagement of Key

Personnel set forth in Appendix III may be made by the Consultant by prior

written notice to the Procuring Entity, provided that:

(a) such adjustments shall not alter the originally estimated period of

engagement of any individual by more than ten percent (10%); and

(b) the aggregate of such adjustments shall not cause payments under this

Contract to exceed the ceilings set forth in GCC Clause 52.1 of this

Contract. Any other such adjustments shall only be made with the

Procuring Entity’s prior written approval.

41. Counterpart Personnel

41.1 If so provided in Appendix III hereto, the Procuring Entity shall make

available to the Consultant, as and when provided in such Appendix III, and

free of charge, such Counterpart Personnel to be selected by the Procuring

Entity, with the Consultant’s advice, as shall be specified in such Appendix

III. Counterpart Personnel shall work with the Consultant. If any member of

the Counterpart Personnel fails to perform adequately any work assigned to

such member by the Consultant which is consistent with the position occupied

by such member, the Consultant may request the replacement of such member,

and the Procuring Entity shall not unreasonably refuse to act upon such

request.

41.2 The responsibilities of the Counterpart Personnel shall be specified in

Appendix III, attached hereto, and the Counterpart Personnel shall not perform

any work beyond the said responsibilities.

41.3 If Counterpart Personnel are not provided by the Procuring Entity to the

Consultant as and when specified in Appendix III, and or if the Counterpart

Personnel lack the necessary training, experience or authority to effectively

undertake their responsibilities, the Procuring Entity and the Consultant shall

agree on how the affected part of the Services shall be carried out, and the

additional payments, if any, to be made by the Procuring Entity to the

Consultant as a result thereof pursuant to GCC Clause 52 hereof.

42. Performance Security

42.1 Unless otherwise specified in the SCC, within ten (10) calendar days from

receipt of the Notice of Award from the Procuring Entity but in no case later

than the signing of the contract by both parties, the Consultant shall furnish the

performance security in any the forms prescribed in the ITB Clause 32.2.

42.2 The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the Consultant is in default in any of

its obligations under the contract.

42.3 The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

86

42.4 The performance security may be released by the Procuring Entity and

returned to the Consultant after the issuance of the Certificate of Final

Acceptance subject to the following conditions:

(a) There are no pending claims against the Consultant or the surety

company filed by the Procuring Entity;

(b) The Consultant has no pending claims for labor and materials filed

against it; and

(c) Other terms specified in the SCC.

42.5 In case of a reduction of the contract value, the Procuring Entity shall allow a

proportional reduction in the original performance security, provided that any

such reduction is more than ten percent (10%) and that the aggregate of such

reductions is not more than fifty percent (50%) of the original performance

security.

43. Standard of Performance

43.1 The Consultant shall perform the Services and carry out their obligations

hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced technology

and safe and effective equipment, machinery, materials and methods.

43.2 The Consultant shall always act, in respect of any matter relating to this

Contract or to the Services, as faithful advisers to the Procuring Entity, and

shall at all times support and safeguard the Procuring Entity’s legitimate

interests in any dealings with Subconsultants or third parties.

43.3 The Consultant shall furnish to the Procuring Entity such information related

to the Services as the Procuring Entity may from time to time reasonably

request.

43.4 The Consultant shall at all times cooperate and coordinate with the Procuring

Entity with respect to the carrying out of its obligations under this Contract.

44. Consultant Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultant pursuant to GCC Clause 53 hereof shall

constitute the Consultant’s sole remuneration in connection with this Contract or the

Services and, subject to GCC Clause 45 hereof, the Consultant shall not accept for

their own benefit any trade commission, discount or similar payment in connection

with activities pursuant to this Contract or to the Services or in the discharge of their

obligations hereunder, and the Consultant shall use its best efforts to ensure that any

Subconsultants, as well as the Personnel and agents of either of them, similarly shall

not receive any such additional remuneration.

45. Procurement by the Consultant

87

If the Consultant, as part of the Services, has the responsibility of advising or

procuring goods, works or services, for the Procuring Entity, the Consultant shall

comply with any applicable procurement guidelines of the Funding Source, and shall

at all times exercise such responsibility in the best interest of the Procuring Entity.

Any discounts or advantages obtained by the Consultant in the exercise of such

procurement responsibility shall be for the benefit of the Procuring Entity.

46. Specifications and Designs

46.1 The Consultant shall prepare all specifications and designs using the metric

system and shall embody the best design criteria applicable to Philippine

conditions. The Consultant shall specify standards which are accepted and

well-known among industrial nations.

46.2 The Consultant shall ensure that the specifications and designs and all

documentation relating to procurement of goods and services for this Contract

are prepared on an impartial basis so as to promote national and international

competitive bidding.

47. Reports

The Consultant shall submit to the Procuring Entity the reports, deliverables and

documents in English, in the form, in the numbers, and within the time periods set

forth in Appendix II.

48. Assistance by the Procuring Entity on Government Requirements

48.1 The Procuring Entity may assist the Consultant, Subconsultants, and Personnel

in the payment of such taxes, duties, fees and other impositions as may be

levied under the Applicable Law by providing information on the preparation

of necessary documents for payment thereof.

48.2 The Procuring Entity shall use its best efforts to ensure that the Government

shall:

(a) provide the Consultant, Subconsultants, and Personnel with work

permits and such other documents as shall be necessary to enable the

Consultant, Subconsultants, or Personnel to perform the Services;

(b) arrange for the foreign Personnel and, if appropriate, their eligible

dependents to be provided promptly with all necessary entry and exit

visas, residence permits, and any other documents required for their

stay in the Philippines for the duration of the Contract;

(c) facilitate prompt clearance through customs of any property required

for the Services and of the necessary personal effects of the foreign

Personnel and their eligible dependents;

(d) issue to officials, agents and representatives of the Government all such

instructions as may be necessary or appropriate for the prompt and effective

implementation of the Services; and

88

(e) grant to foreign Consultant, any foreign Subconsultant and the Personnel of

either of them the privilege, pursuant to the Applicable Law, of bringing into

the Government’s country reasonable amounts of foreign currency for

purposes of the Services or for the personal use of the foreign Personnel and

their dependents.

49. Access to Land

The Procuring Entity warrants that the Consultant shall have, free of charge,

unimpeded access to all lands in the Philippines in respect of which access is required

for the performance of the Services. The Procuring Entity shall be responsible for any

damage to such land or any property thereon resulting from such access and shall

indemnify the Consultant and each of the Personnel in respect of liability for any such

damage, unless such damage is caused by the default or negligence of the Consultant

or any Subconsultant or the Personnel of either of them.

50. Subcontract

50.1 Subcontracting of any portion of the Consulting Services, if allowed in the

BDS, does not relieve the Consultant of any liability or obligation under this

Contract. The Consultant will be responsible for the acts, defaults, and

negligence of any subconsultant, its agents, servants or workmen as fully as if

these were the Consultant’s own acts, defaults, or negligence, or those of its

agents, servants or workmen.

50.2 Subconsultants disclosed and identified during the bidding may be changed

during the implementation of this Contract, subject to compliance with the

required qualifications and the approval of the Procuring Entity.

51. Accounting, Inspection and Auditing

51.1 The Consultant shall:

(a) keep accurate and systematic accounts and records in respect of the

Services hereunder, in accordance with internationally accepted

accounting principles and in such form and detail as shall clearly

identify all relevant time changes and costs, and the bases thereof;

(b) permit the Procuring Entity or its designated representative and or the

designated representative of the Funding Source at least once for short-

term Contracts, and annually in the case of long-term Contracts, and up

to one year from the expiration or termination of this Contract, to

inspect the same and make copies thereof as well as to have them

audited by auditors appointed by the Procuring Entity; and

(c) permit the Funding Source to inspect the Consultant’s accounts and

records relating to the performance of the Consultant and to have them

audited by auditors approved by the Funding Source, if so required.

51.2 The basic purpose of this audit is to verify payments under this Contract and,

in this process, to also verify representations made by the Consultant in

89

relation to this Contract. The Consultant shall cooperate with and assist the

Procuring Entity and its authorized representatives in making such audit. In

the event the audit discloses that the Consultant has overcharged the Procuring

Entity, the Consultant shall immediately reimburse the Procuring Entity an

amount equivalent to the amount overpaid. If overpayment is a result of the

Consultant having been engaged in what the Procuring Entity (or, as the case

may be, the Funding Source) determines to constitute corrupt, fraudulent, or

coercive practices, as defined in GCC Clause 27(e) and under the Applicable

Law, the Procuring Entity shall, unless the Procuring Entity decides otherwise,

terminate this Contract.

51.3 The determination that the Consultant has engaged in corrupt, fraudulent,

coercive practices shall result in the Procuring Entity and/or the Funding

Source seeking the imposition of the maximum administrative, civil and

criminal penalties up to and in including imprisonment.

52. Contract Cost

52.1 Except as may be otherwise agreed under GCC Clause 10, payments under

this Contract shall not exceed the ceiling specified in the SCC. The

Consultant shall notify the Procuring Entity as soon as cumulative charges

incurred for the Services have reached eighty percent (80%) of this ceiling.

52.2 Unless otherwise specified in the SCC, the cost of the Services shall be

payable in Philippine Pesos and shall be set forth in the Appendix IV attached

to this Contract.

53. Remuneration and Reimbursable Expenditures

53.1 Payments of Services do not relieve the Consultant of any obligation

hereunder.

53.2 Remuneration for the Personnel shall be determined on the basis of time

actually spent by such Personnel in the performance of the Services including

other additional factors indicated in the SCC after the date determined in

accordance with GCC Clause 22, or such other date as the Parties shall agree

in writing, including time for necessary travel via the most direct route, at the

rates referred to, and subject to such additional provisions as are set forth, in

the SCC.

53.3 Remuneration for periods of less than one month shall be calculated on an

hourly basis for time spent in home office (the total of 176 hours per month

shall apply) and on a calendar-day basis for time spent away from home office

(1 day being equivalent to 1/30th of a month).

53.4 Reimbursable expenditures actually and reasonably incurred by the

Consultants in the performance of the Services are provided in the SCC.

53.5 Billings and payments in respect of the Services shall be made as follows:

90

(a) The Procuring Entity shall cause to be paid to the Consultant an

advance payment as specified in the SCC, and as otherwise set forth

below. The advance payment shall be due after the Consultant

provides an irrevocable standby letter of credit in favor of the

Procuring Entity issued by an entity acceptable to the Procuring Entity

in accordance with the requirements provided in the SCC.

(b) As soon as practicable and not later than fifteen (15) days after the end

of each calendar month during the period of the Services, the

Consultant shall submit to the Procuring Entity, in duplicate, itemized

statements, accompanied by copies of receipted invoices, vouchers and

other appropriate supporting materials, of the amounts payable

pursuant to GCC Clauses 52.1 and 53 for such month. Separate

monthly statements shall be submitted in respect of amounts payable in

foreign currency and in local currency. Each separate monthly

statement shall distinguish that portion of the total eligible costs which

pertains to remuneration from that portion which pertains to

reimbursable expenditures.

(c) The Procuring Entity shall cause the payment of the Consultant’s

monthly statements within sixty (60) days after the receipt by the

Procuring Entity of such statements with supporting documents. Only

such portion of a monthly statement that is not satisfactorily supported

may be withheld from payment. Should any discrepancy be found to

exist between actual payment and costs authorized to be incurred by

the Consultant, the Procuring Entity may add or subtract the difference

from any subsequent payments. Interest shall be paid for delayed

payments following the rate provided in the SCC.

54. Final Payment

54.1 The final payment shall be made only after the final report and a final

statement, identified as such, shall have been submitted by the Consultant and

approved as satisfactory by the Procuring Entity. The Services shall be

deemed completed and finally accepted by the Procuring Entity and the final

report and final statement shall be deemed approved by the Procuring Entity as

satisfactory ninety (90) calendar days after receipt of the final report and final

statement by the Procuring Entity unless the Procuring Entity, within such

ninety (90)-day period, gives written notice to the Consultant specifying in

detail deficiencies in the Services, the final report or final statement. The

Consultant shall thereupon promptly make any necessary corrections within a

maximum period of ninety (90) calendar days, and upon completion of such

corrections, the foregoing process shall be repeated.

54.2 Any amount which the Procuring Entity has paid or caused to be paid in

accordance with this clause in excess of the amounts actually payable in

accordance with the provisions of this Contract shall be reimbursed by the

Consultant to the Procuring Entity within thirty (30) days after receipt by the

Consultant of notice thereof. Any such claim by the Procuring Entity for

reimbursement must be made within twelve (12) calendar months after receipt

91

by the Procuring Entity of a final report and a final statement approved by the

Procuring Entity in accordance with the above.

55. Lump Sum Contracts

55.1 For Lump Sum Contracts when applicable, notwithstanding the terms of GCC

Clauses 10, 18.1, 31(c), 41.3, 53.2, 53.3, 53.4, 53.5, and 54.1, the provisions

contained hereunder shall apply.

55.2 Personnel - Any replacement approved by the Procuring Entity in accordance

with ITB Clause 27.3 shall be provided by the Consultant at no additional

cost.

55.3 Staffing Schedule - Should the rate of progress of the Services, or any part

hereof, be at any time in the opinion of the Procuring Entity too slow to ensure

that the Services are completed in accordance with the Staffing Schedule, the

Procuring Entity shall so notify the Consultant in writing and the Consultant

shall at its sole cost and expense, thereupon take such steps as necessary,

subject to the Procuring Entity’s approval, or as reasonably required by the

Procuring Entity, to expedite progress so as to ensure that the Services are

completed in accordance with the Staffing Schedule.

55.4 Final payment pursuant to the Payment Schedule in Appendices IV and V

shall be made by the Procuring Entity after the final report has been submitted

by the Consultant and approved by the Procuring Entity.

55.5 Termination - Upon the receipt or giving of any notice referred to in GCC

Clause 29 and if the Consultant is not in default under this Contract and has

partly or substantially performed its obligation under this Contract up to the

date of termination and has taken immediate steps to bring the Services to a

close in prompt and orderly manner, there shall be an equitable reduction in

the maximum amount payable under this Contract to reflect the reduction in

the Services, provided that in no event shall the Consultant receive less than

his actual costs up to the effective date of the termination, plus a reasonable

allowance for overhead and profit.

55.6 Unless otherwise provided in the SCC, no additional payment for variation

order, if any, shall be allowed for this Contract.

56. Liquidated Damages for Delay

If the Consultant fails to deliver any or all of the Services within the period(s)

specified in this Contract, the Procuring Entity shall, without prejudice to its other

remedies under this Contract and under the Applicable Law, deduct from the contract

price, as liquidated damages, a sum equivalent to one-tenth of one percent of the price

of the unperformed portion of the Services for each day of delay based on the

approved contract schedule up to a maximum deduction of ten percent (10%) of the

contract price. Once the maximum is reached, the Procuring Entity may consider

termination of this Contract pursuant to GCC Clause 27.

PrO Form No. 02-023-01 • Version:3 • 23 June 2017

File/Ref. No. PrMD-202106-0025e-BC Page 1 of 4

SPECIAL CONDITIONS OF CONTRACT If no further instruction is indicated in the Special Conditions of the Contract, the applicable clause in the

General Conditions of Contract (GCC) shall apply [Refer to Section IV. GCC]

One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New

Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

GCC Clause

1.1 (g) The Funding Source is: BSP Corporate Fund

6.2(b) No further instructions.

7.0 In case Consultant is a Joint Venture, the member-in-charge of the project is: _________________________ _________________________ _________________________

8.0 Not applicable.

10.0 No further instructions.

12.0 The Authorized Representatives are as follows: For the BSP: __________________________ For the Consultant: ____________________

15.1 The BSP’s address for Notice is: Bangko Sentral ng Pilipinas – Main Complex, A. Mabini corner P. Ocampo Sr. Streets, Malate, Manila The Supplier’s address for Notices is: ___________________________ ___________________________ Tel. No. ___________ Fax No. ___________ Email address: _______________

15.2 Any communication sent by BSP to the address/fax number/email address provided in the accomplished Financial Bid Form shall be deemed to have been duly received by the bidder, on the date and time shown in the transmittal. Any change in contact details shall be duly communicated to the BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS, through its BAC Secretariat.

18.1 See BSP Terms of Reference, Section II. D, Payment Schedule

PrO Form No. 02-023-01 • Version:3 • 23 June 2017

File/Ref. No. PrMD-202106-0025e-BC Page 2 of 4

18.3 Consultant’s account where payment may be made: _________________________ _________________________ _________________________

20.0 For Joint Venture – All partners to the joint venture shall be jointly and severally liable to the Procuring Entity

22.0 No further instructions.

24.0 Contract Duration:

Within eighteen (18) months from the date stipulated in the Notice to Proceed (NTP) to be issued by the Project Development and Management Department (PDMD).

34.2 Any and all disputes arising from the implementation of this contract shall be submitted to arbitration in the Philippines according to the provisions of Republic Act Nos. 876 and 9285, as required in Section 59 of the 2016 Revised Implementing Rules and Regulations of Rep. Act No. 9184.

35.1 The drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Entity under this Contract that shall become and remain the property of BSP.

38.0 No further instructions.

39.5 The Consultant may change its Key Personnel only for justifiable reasons as may be determined by the Procuring Entity, such as death, serious illness, incapacity of an individual Consultant, resignation, among others, or until after fifty percent (50%) of the Personnel’s man-months have been served.

Violators will be fined an amount equal to the refund of the replaced Personnel’s basic rate, which should be at least fifty percent (50%) of the total basic rate for the duration of the engagement.

PrO Form No. 02-023-01 • Version:3 • 23 June 2017

File/Ref. No. PrMD-202106-0025e-BC Page 3 of 4

42.1 The winning bidder is required, within ten (10) calendar days from receipt of the Notice of Award,1 to submit its Performance Security in any of the following acceptable forms:

Form of Security

Amount of Performance Security (Not less than

the required Percentage of the Total Contract

Price)

Validity Period

Cash or Cashier’s/Manager’s Check issued by a Universal Bank (UB) or Commercial Bank (KB).

Five Percent (5%)

The posted security shall be retained by BSP for the duration of the contract until its completion.

Bank draft/guarantee or irrevocable letter of credit issued by a UB or KB: Provided, however, that it shall be confirmed or authenticated by a UB or KB, if issued by a foreign bank (for a list of UBs/KBs, refer to http://www.bsp.gov.ph).

Valid from the date of issuance of Performance Security up to Five Hundred Seventy (570) calendar days or until issuance of Certificate of Final Acceptance by the End-User. Conditions: 1. Must be valid until

issuance of the Certificate of Final Acceptance by the end-user department;

2. Must guarantee the faithful performance under the contract in accordance with the bidding documents;

3. Posted in favor of the Bangko Sentral ng Pilipinas (BSP); and

4. Shall be forfeited in case of default by the supplier in any of its obligations under the contract.

Surety Bond callable upon demand issued by a surety or insurance company duly authorized by the Insurance Commission to issue such security.

Notes: a. The surety company should be

authorized by the insurance commissioner to grant authority to private insurance companies to act as sureties in government transactions in accordance with IC Circular No. 2014-24 dated 28 May 2014.

b. The surety company shall not be included in the GPPB’s negative list of insurers pursuant to GPPB Guidelines for the Establishment of Negative List of Surety and/or Insurance Companies [Appendix 29 of the 2016 Revised IRR].

c. The BSP shall not accept surety bond with limiting conditions.

d. The BSP hereby requests that the supplier obtain its surety from the attached list of evaluated surety companies (ANNEX “A”).

Thirty Percent (30%)

1 Important Notice: Section 37.2.1. of the 2016 Revised Implementing Rules and Regulations of Rep. Act No. 9184 (2016 Revised IRR)

requires the winning bidder to post the Performance Security and enter into a contract with the procuring entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. It also requires the procuring entity to enter into contract with the winning bidder within the same ten (10) day period, provided that all the documentary requirements are complied with. To enable the winning bidder and the BSP to enter into contract within the ten (10) day period, the winning bidder is requested to post the Performance Security not later than five (5) days from receipt thereof. The remaining five (5) days shall be allotted for the execution of the Purchase Order/Job Order/Contract.

PrO Form No. 02-023-01 • Version:3 • 23 June 2017

File/Ref. No. PrMD-202106-0025e-BC Page 4 of 4

Notes:

1. Performance Security (in the form of Surety Bond) issued by a private insurance firm is acceptable provided that the said firm is duly authorized by the Insurance Commission (IC) to issue Surety Bonds and has not been issued a cease or desist order from the IC or is currently not included in the blacklisted firms.

2. Furthermore, Surety Bond with the following or similar condition/phrase shall not be accepted: a) “In case of default of the Principal, this bond shall only answer for the

difference in the bid price of the winning bidder and that of the next lowest complying bidder or that of the new winning bidder in case of re-bidding plus necessary expenses incurred by the obligee in the re-bidding which liability shall in no case exceed the amount of the bond”;

b) “That the amount of liability of the surety under this bond is limited to the actual loss or damage sustained and duly proven by the obligee”; or

c) “It is hereby further agreed and understood that no action at law or equity shall be brought against the Surety under this Bond unless the same is brought before a competent Court within one year from the date said written notice of any existing obligation is received by the Surety, as herein stipulated.”

3. The contract awardee undertakes that, for its own account, it shall cause the extension of the validity of the performance security when the implementation of the awarded contract has not yet been accepted.

42.2 No further instructions.

42.4(c) No further instructions.

52.1 The ABC is Php9,000,000.00, inclusive of all applicable taxes. Any Bid with financial proposal exceeding this amount shall not be accepted.

53.2 No further instructions.

53.4 Not applicable.

53.5(a) Upon written request of the CONSULTANT, and subject to the provisions under this Clause, advance payment in amount not exceeding fifteen percent (15%) of the total contract price shall be made in one (1) lump sum payment.

53.5(c) The interest rate is: zero percent (0%)

55.6 No further instructions.

(Signature above Printed Name of

Bidder’s Duly Authorized Representative)

File/Ref. No. PrMD-202106-0025e-BC

Page 1 of 2

Financial Bid Form (If submitted as an electronic document use F-DOC1 as file name)

Date:

For: THE BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY, INFRASTRUCTURE AND OTHER RELATED COMPONENTS

Bangko Sentral ng Pilipinas A. Mabini and P. Ocampo Sr. Streets, Malate, Manila

We, the undersigned, declare that:

a. We have examined the Bidding Documents including the issued Bid Bulletin/s, the receipt of which is/are hereby duly acknowledged;

b. We, submit the following bid:

Description of Requirement/Project

Approved Budget for the Contract (ABC),

inclusive of all applicable taxes

Total Bid Price, inclusive of all applicable taxes

(in Figures and in Words)

One (1) Lot – Architectural and Engineering Design Consultancy Services for the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building, as per BSP Terms of Reference

Php9,000,000.00

Php (in figures) Pesos*:

(in words)

(As per attached Detailed Fee Breakdown. If submitted as an electronic document use F-DOC2 as file name.)

c. We undertake, if our Bid is accepted, to deliver the consultancy services in accordance with the delivery schedule specified in the Bidding Documents;

d. We undertake, if our Bid is accepted, to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents;

e. We agree to abide by this Bid for the Bid Validity Period of One Hundred Twenty (120) calendar days from date of opening of bids and it shall remain binding upon us and may be accepted at any time before the expiration of that period, without prejudice to the right of the BSP to request extension of the validity period of our bid security;

f. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us;

(Signature above Printed Name of

Bidder’s Duly Authorized Representative)

File/Ref. No. PrMD-202106-0025e-BC

Page 2 of 2

g. We understand that you are not bound to accept the Highest Rated Bid or any Bid you may receive;

h. We likewise certify/confirm that the undersigned is the duly authorized representative of the bidder and granted full power and authority to do, execute, and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for herein project;

i. We acknowledge that failure to sign/affix the e-signature of the Bidder or the Bidder’s Authorized Representative on each and every page of this Financial Bid Form, including all attachments (if any), shall be a ground for the rejection of our bid; and

j. We understand that any communication sent by BSP to the address/fax number/email address provided below shall be deemed to have been duly received by our firm, on the date and time shown in the transmittal. Any change in contact details shall be duly communicated to the Bids and Awards Committee – Information Technology, Infrastructure and Other Related Components, through its BAC Secretariat.

Name of bidder:

Date:

Address:

No. & Street

Building/Barangay

City/Town//Province

Postal/Zip Code

Telephone No.

Fax No.

Email Address:

*IMPORTANT NOTICE:

1. The scanned actual signature of the authorized representative of the prospective bidder, cropped and pasted handwritten signatures, adobe-created signature, unique figures and symbols and stamped signatures are ACCEPTABLE as e-signatures. However, text-typing the name of the bidder and/or the words “SGD. Or ORIGINAL SIGNED” and the like without distinctive features are NOT ACCEPTABLE.

2. A document electronically signed by the bidder’s authorized representative shall be presumed to belong to the bidder if sent to the email of the Bid Recipient.

Project : Proposed New BSP Bacolod Branch Building

Subject : Detailed Fee Breakdown of A & E Design Consultant Services Date :

No. of

Persons

Man-

monthsMultiplier Billing Rate

No. of

Persons

Man-

months Multiplier Billing Rate

No. of

Persons

Man-

months Multiplier Billing Rate

No. of

Persons

Man-

monthsMultiplier Billing Rate

No. of

Persons

Man-

monthsMultiplier Billing Rate

(col 1x2x3x4) (col 1x6x7x8) (col 1x10x11x12) (col 1x14x15x16) (col 1x18x19x20)

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13) (14) (15) (16) (17) (18) (19) (20) (21)

I. Basic / Renumeration Fee A&E

A. Key Staff

1. Principal or Managing Officer 1 0.50 - 1 0.50 - 1 1.50 - 1 0.46 - 1 0.10 -

2. Design Architect 1 1.00 - 1 1.00 - 1 2.00 - 1 0.92 - 1 0.23 -

3. Civil/Strucl Engr 1 1.00 - 1 1.00 - 1 2.00 - 1 0.92 - 1 0.23 -

4. Prof. Elecl Engr 1 0.51 - 1 1.00 - 1 2.00 - 1 0.46 - 1 0.13 -

5. Electro-comm Engr 1 0.51 - 1 1.00 - 1 2.00 - 1 0.46 - 1 0.13 -

6. Prof. Mechl Engr 1 0.51 - 1 1.00 - 1 2.00 - 1 0.46 - 1 0.13 -

7. Sanitary Engr 1 0.51 - 1 1.00 - 1 2.00 - 1 0.46 - 1 0.13 -

8. Landscape Archt 1 0.51 - 1 1.00 - 1 2.00 - 1 0.23 - 1 0.13 -

B. Support Staff

1. Estimator 1 0.17 - 4 1.00 - 6 1.00 -

2. CAD Operators

Architectural 1 0.23 - 2 1.00 - 3 2.00 -

Civil/Structural 1 0.23 - 2 1.00 - 2 2.00 -

Electrical/ECE 1 1.00 - 2 2.00 -

Mechl/Sanitary 1 1.00 - 2 2.00 -

3. Specs Writer

ACS (Architectural, Civil, Structural) 1 1.00 - 2 2.00 -

MEPF (Mechanical, Electrical, 1 1.00 - 2 2.00 -

Plumbing & Fire proofing)

- - - - -

Sub-Total I -

II. Soil Investigation (min. of 7 boreholes) /

Exploration and Topographic and Relocation

survey

1 lot -

Sub-total II - -

TOTAL (I & II) -

Prepared by :

BIDDER'S AUTHORIZED REPRESENTATIVE

Position:Date Signed: ______________

Item Basic Rate

(monthly) Investigation/Schematic Phase Design Development Phase Contract Documents Phase Construction Phase Close-out Phase

(30 calendar days / 1.0 Month) (30 calendar days / 1.0 Month) (60 calendar days / 2 Months) (365 calendar days / 12 Months) (60 calendar days / 2 Months)

BIDDER'S LETTERHEAD / LOGO

Page 2 of 14

Version 2- 8 June 2021

TERMS OF REFERENCE FOR

ARCHITECTURAL AND ENGINEERING (A & E) DESIGN CONSULTANCY SERVICES

For the Proposed New Bangko Sentral ng Pilipinas Bacolod Branch Building

I. OBJECTIVE AND SCOPE OF DEVELOPMENT

A. OBJECTIVE

The Bangko Sentral ng Pilipinas (BSP) intends to construct a two-storey BSP Bacolod Branch building and other ancillary structures at its 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental. The over-all design shall incorporate sustainable design or green design, solutions to address the New Normal Economy setting and shall adhere to the BSP design standards for branch buildings. B. SCOPE OF DEVELOPMENT

1. Detailed design of site development to include but not limited to earthworks, parking, driveway, security fencing, perimeter lighting, drainage and landscaping.

2. Detailed design of main branch office building, armored car parking shed and

auxiliary buildings/maintenance building, genset room and pump house to include guard houses and guards lounge, covered walk, and garbage holding area.

The over-all concept for the proposed building shall be sustainable in design or

green building and shall include the following:

a. Vertical greenery at exterior wall: to minimize heat transfer from outside walls to the interior of the building, thus, reducing cost of air-conditioning system.

b. Tropical garden: Tropical and local plants which require minimal water to grow shall be used over imported plants.

c. Rain Water Harvesting: This will be used to water the plants, thus, saving water.

The main building shall be comprised of, among others, a Cash Unit, currency retirement room, stand-alone shredding room, dust collection/storage room, cash vault, records room, office spaces, teller’s lobby, conference room, security unit, loading/unloading area, toilets, locker rooms and lobbies, library and communication tower.

Other Considerations:

1. Facilities and features shall incorporate risk management and mitigating measures

to protect the public and personnel and other resources, against natural and human-made disasters;

Page 3 of 14

Version 2- 8 June 2021

2. Utilities such as mechanical, ventilation, air-conditioning, electrical system and water supply system shall be designed for cost efficiency and reliability of operation, maintainability or ease of maintenance;

3. Design shall adopt the provisions of the attached BSP Design Guidelines as

minimum requirements. The Consultant may introduce alterations and/ or enhancements thereto subject to clearance with the BSP through its Project Development & Management Department (PDMD); and

4. Projected timeline of construction is within twelve (12) months and estimated

budget will depend on the approved final design of the project. II. GENERAL SCOPE OF DESIGN SERVICES

A. GENERAL SCOPE OF WORK

The A&E CONSULTANT shall render architectural and allied engineering design services, special technical and landscape design services necessary for the complete implementation of the project. The allied engineering design services shall include designs for civil/structural, sanitary/plumbing, electrical, mechanical, fire protection, electronics and communications including telephone, IT (structured cabling) and security system works. The work shall generally consist of the following:

1. Investigation and Schematic Design Phase services to include undertaking of site

inspection, undertaking of topographic and relocation surveys/sub-surface soil exploration through a qualified Consultant/Contractor, preparation of budgetary estimates, site development plans, floor plans and elevations, details and specifications according to a) compliance with pertinent code requirements, b) space adequacy and efficiency based on the furniture and equipment layout indicated in the BSP-prepared schematic plans/ bubble diagrams and the Design Guidelines, c) consistency with engineering requirements, d) appropriateness of materials specified, i.e. compliances with applicable laws, codes and BSP maintenance requirements and the BSP corporate character, etc.

2. Design Development Phase services, to include preparation of the pertinent plans,

specifications, and Statement of Probable Project Construction Cost. 3. Contract Documents Phase services, to include preparation of A & E and landscape

plans/drawings, specifications, scope of work, detailed estimates and Bill of Quantities and other tender documents.

4. Construction Phase services as detailed in Section B – “Phases of Design Work”.

5. Technical documents required for the issuance of the necessary environmental

clearances. Current prototype, site development plans and lay-outs when included in this TOR are for guide/reference only. The CONSULTANT can develop his own design for the project.

B. DETAILED SCOPE OF WORK

Page 4 of 14

Version 2- 8 June 2021

The CONSULTANT shall perform design services in accordance with the following phases of design work:

1. INVESTIGATION AND SCHEMATIC DESIGN PHASE

The Investigation and Schematic Design Phase shall include:

a. Conferences with the OWNER and/or its authorized representative in-charge of the project, of such frequency and duration as may be necessary, to ascertain the project requirements, purposes and general plans. The OWNER shall furnish the CONSULTANT the BSP Design Guidelines and Drawings for the project. The Design Guidelines do not take into consideration the configuration of the specific site. The CONSULTANT shall further verify these OWNER-furnished plans through the conduct of studies indicated in the succeeding items for the Investigation and Schematic Design Phase.

b. Preparation of a Design Report composed of the following parts:

1) Minutes of meeting/s conducted under II.A.1.a above. 2) Site investigation and analysis which includes inspection of the project site,

verification of probable site development plans and study of the project placements;

3) Space Program to validate the data/information provided by BSP; 4) Conduct of studies to determine the following:

• applicable rules required for the project like government laws, ordinances, codes, rules and regulations, and

5) Statement of Probable Construction Cost based on current cost parameters and Probable Duration of Construction;

c. Relocation/topographic surveys and sub-surface soil exploration through a

qualified Consultant/Contractor and submission of standard geotechnical and geodetic documents such as boring logs, test reports, topographic survey and lot plans. The minimum requirements for the work are described in the attached Terms of Reference.

d. Preparation of schematic drawings (at least three (3) sets in A3 bond paper

size) with reference to BSP Design Guidelines and drawings. This includes but is not limited to the following:

1) Site development plans including landscaping schemes; 2) Floor plans and elevations, including, if applicable, furniture layout (the

furniture/equipment layout shall be used only as a guide in the preparation of the room layout.);

3) At least one (1) colored exterior and one (1) colored interior perspective; 4) Materials and color samples to fix and illustrate the size and character of

the entire project;

Page 5 of 14

Version 2- 8 June 2021

The CONSULTANT, as may be instructed, shall also furnish the OWNER at least two (2) sets A3 bond paper size for each succeeding submittals of revised architectural floor plans and engineering drawings;

e. Preparation of the draft of the documents required for the issuance of the

necessary environmental clearance (EC) (if applicable); and

f. For approval purposes the CONSULTANT shall furnish the OWNER at least two (2) sets in A3 bond paper size format of the complete set of the final/updated copy of the schematic A & E drawings including the final/updated version of all other required submittals (excluding the Relocation/topographic surveys and sub-surface soil exploration Report) for the Investigation and Schematic Phase.

2. DESIGN DEVELOPMENT PHASE

The Design Development Phase shall include:

i. Preparation, based from approved Investigation and Schematic Design Phase documents, the Design Development Phase documents consisting of, but not limited to, at least two (2) sets of 30” x 40” blueprint and two (2) sets of A3 bond paper size formats, of the following architectural, engineering, and landscaping plans and drawings, as may be applicable. Said drawings shall be in Autocad 2004 format (minimum version):

1. Site development plans including landscaping design; 2. Floor plans showing equipment/machines, and furniture layouts; 3. Elevations, sections, and other exterior/interior drawings; 4. Civil works schemes for earthworks, road works, driveways, curbs and

gutters; 5. Structural design schemes to include schematic framing plan and

foundation plan; 6. Sanitary and water distribution system and site drainage layouts; 7. Power distribution system including emergency generator; 8. Security & perimeter lighting design and building lighting layout; 9. Fire protection system; 10. Schemes for electronics, communications and security system to include the

following:

• telephone system including PABX

• security ➢ CCTV Surveillance and Electronic Security System ➢ Fire Alarm System ➢ Door Access Control System ➢ Watchman Tours, if required

• IT structured cabling (including voice/data interconnections)

• Background Music/Public Address System (BGM/PA); 11. Mechanical systems (air conditioning and ventilation) schemes; 12. Lightning protection system; 13. At least one (1) colored exterior and one (1) colored interior perspective in

A3 size format;

Page 6 of 14

Version 2- 8 June 2021

14. Material sample board/s (of the appropriate size);

Preparation of the following in two (2) sets A4 bond paper size and pdf formats:

15. Outline Specifications; 16. Basic engineering calculations including design assumptions (Electrical,

Mechanical, Structural, Sanitary); 17. Budgetary Cost Estimates; and 18. Duration of Construction

The CONSULTANT, as may be instructed, shall also furnish the OWNER at least two (2) sets of A3 bond paper size formats for each succeeding submittals of revised drawings, and at least (2) sets of A4 bond paper size format of revised outline specifications and engineering calculations/design assumptions;

ii. The preparation of the corrected/updated EC documents (if applicable); and

iii. For approval purposes, the CONSULTANT shall furnish the OWNER at least (2)

sets of 30” x 40” blueprint, two (2) sets in A3 size bond paper size formats, together with corresponding Autocad and pdf e-files, of the complete set of the final copy of the design development drawings, including final versions of all other required submittals under the Design Development Phase. Upon specific instruction of the OWNER, the CONSULTANT shall also submit colored perspectives and the accompanying material sample boards.

3. CONTRACT DOCUMENTS PHASE

The Contract Documents Phase shall include:

a. Preparation, based from approved Design Development Phase documents, the

comprehensive working drawings for the architectural, landscaping, structural, mechanical, sanitary, electrical, fire protection and electro-communication (telephone, security, IT structured cabling) system, presented in the form of floor plans, elevations, sections, and details using appropriate scales and full size details as required in the Locational Clearance/Building Permit applications and other applications necessary for the construction of the building, together with the notes conforming with the features shown in the preliminary plans and patterned after government standards and requirements. All drawings shall be prepared using Autocad 2004 (minimum version);

b. Preparation of Scope of Work and Technical Specifications;

c. Technical documents required for environmental clearance (if applicable);

d. Preparation of Masterlist of Materials for Approval based on the Technical Specifications;

e. Preparation of an independent detailed cost estimate for the project that is

within the given budget for construction. The detailed cost estimate shall be supported by quantity take-off and copies of quotations gathered;

Page 7 of 14

Version 2- 8 June 2021

f. Upon instruction from the OWNER, preparation of a joint estimate with the

OWNER and the CM Consultant to come up with the Approved Budget for the Contract (ABC);

g. Preparation of a Schedule of Construction that is within the given duration of

construction. The schedule shall be in Gantt Chart Format showing major items under the scope of works;

h. For the first required submittal, the CONSULTANT shall submit to the OWNER

the detailed plans and drawings in at least two (2) sets of 30” x 40” blueprints and two (2) sets A3 bond paper size formats. The Technical Specifications and Scope of Work, Detailed Estimates, Schedule of Construction, and environmental clearance documents shall be submitted in at least two (2) sets A4 bond paper size format. The foregoing drawings and documents shall be signed by the authorized principal professional/s;

The CONSULTANT, as may be instructed, shall furnish the OWNER the revised plans and drawings in at least two (2) sets of 30” x 40” blueprints and two (2) sets A3 bond paper size formats. The revised Technical Specifications and Scope of Work, Detailed Estimates, Schedule of Construction, and environmental clearance documents shall be submitted in at least two (2) sets A4 bond paper size format; Unless approved by the OWNER, working drawings and other contract documents should not vary materially from the preliminary drawings, specifications and other documents originally approved;

i. For approval purposes, the CONSULTANT, upon receipt of the Notice to finalize the Contract Documents Phase, shall furnish the OWNER the following documents: 1) All plans and drawings, one (1) set in 30” x 40” tracing paper, and one (1)

set in 30” x 40” blueprint format. Each set shall be signed and sealed by the authorized principal professional/s; and

2) One (1) set of the Technical Specifications and Scope of Work, Detailed Estimates, Schedule of Construction, and environmental clearance documents (if applicable) in A4 format. Each set shall be signed and sealed by the authorized principal professional/s;

If the OWNER has a CM Consultant for the project, the final Detailed Estimate Report (as the basis for Approved Budget for the Contract) shall be prepared by the OWNER’S CM Consultant and shall be co-signed by the OWNER, the CONSULTANT and the OWNER’S CM Consultant. Otherwise, the final Detailed Estimate Report shall be co-signed by the OWNER and the CONSULTANT;

j. After receipt of the Notice of Approval of Contract Documents, the

CONSULTANT shall furnish the OWNER the following:

1) For bidding purposes, ten (10) complete sets of working drawings in 30” x 40” blueprint, and technical specifications and scope of work in A4 formats,

Page 8 of 14

Version 2- 8 June 2021

and a certification as to the adequacy of the detailed architectural and engineering outputs for procurement ;

2) For records purposes, e-files in Autocad and pdf formats, stored in CD, of the complete set of approved plans and drawings, Technical Specifications and Scope of Work, Detailed Estimates, Schedule of Construction, and environmental clearance documents (if applicable); and

3) For building permit purposes, eight (8) complete sets of working drawings in 30” x 40” blueprint, and technical specifications and scope of work in A4 formats. Each set shall be signed and sealed by the authorized principal professional/s;

4. CONSTRUCTION PHASE

The Construction Phase shall include but shall not be limited to the following:

a. Render assistance to the OWNER during the procurement of the general

contractor, which includes, but not limited to, the conduct of pre-bid conferences, preparation of bid bulletins, evaluation of bids, and recommendation for the awarding of the contract;

b. Upon receipt of instruction from the OWNER, once the contract for the construction of the project has been awarded to the general contractor, the CONSULTANT shall furnish the OWNER, for construction purposes, four (4) complete sets of working drawings in 30” x 40” blueprint, and technical specifications and scope of work in A4 formats, reflecting all approved bid bulletins. Each set shall be signed and sealed by the authorized principal professional/s;

c. Careful inspection and close coordination with the OWNER’S Project

Development and Management Department (PDMD) and/or Construction Management Consultant on the actual construction work at such frequency and duration as may be necessary;

d. As may be instructed, conduct of periodic visits to the project site to be familiar with the general progress and quality of the work and to determine whether the work is proceeding in accordance with the approved scope of work and specifications. The CONSULTANT shall report to the OWNER all defects and deficiencies noted in the work found failing to conform to the Contract Documents. A Site Investigation Report shall be submitted to PDMD within five (5) working days from the last day of the site visit;

e. Evaluation of Contractor’s submittals within reasonable time or as instructed by BSP (i.e. samples, brochures/catalogues) and recommend action on the same to the Owner;

f. The interpretation for both the OWNER and the Contractor of the contents of

the contract documents, such as the working drawings, specifications and other pertinent plans and the preparation of the necessary drawings/other documents to clarify the contract documents;

Page 9 of 14

Version 2- 8 June 2021

g. At 95% accomplishment of construction, and upon instruction, the conduct of inspection together with the representative of the OWNER and other authorities concerned and acceptance of the project. A Site Investigation Report shall be submitted to PDMD within five (5) working days from the date of inspection;

h. Upon instruction, the conduct of final inspection together with the

representative of the OWNER and other authorities concerned for correction measures on deficiencies for acceptance of the project; and

i. Within fifteen (15) working days from the date of final inspection, the CONSULTANT shall furnish the OWNER the Construction Completion Report in two (2) sets, in A4 bond paper size format, signed by the authorized principal consultant.

C. SCHEDULE OF SUBMITTALS

1. INVESTIGATION AND SCHEMATIC DESIGN PHASE

The required Schematic Design documents including the statement of probable project construction cost, excluding the sub-surface exploration and topographic/relocation survey reports shall be submitted within thirty (30) calendar days, reckoned from the date stipulated in the Notice to Proceed to be issued by the OWNER. The required sub-surface exploration and topographic/relocation survey reports shall be submitted within forty-five (45) calendar days, reckoned from the date stipulated in the Notice to Proceed to be issued by the OWNER.

2. DESIGN DEVELOPMENT PHASE The Design Development documents consisting of scaled plans/drawings, elevations, sections, sketches, perspectives (if required), outline specifications and material samples to fix and illustrate the size and character of the entire project in its essential as to kinds of materials, type of structure, engineering systems and such other work as may be required including the budgetary cost estimate shall be submitted within thirty (30) calendar days after receipt of the Notice of Approval of the Schematic Design issued by the OWNER.

3. CONTRACT DOCUMENTS PHASE

The first submittal of Contract Documents consisting of the construction

plans/drawings setting forth in detail the work required for the architectural, landscaping, structural, electrical, electro-communications, security and fire alarm, sanitary and mechanical systems and such other works that may be required, the Technical Specifications describing the type and quality of materials, finish, manner of construction, Scope of Work, detailed estimates and Bill of Quantities and other documents required of the CONSULTANT for the procurement of the general contractor shall be submitted within sixty (60) calendar days after receipt of the Notice of Approval of the Design Development submittals.

Page 10 of 14

Version 2- 8 June 2021

The documents for approval purposes, consisting of all plans and drawings, Technical Specifications and Scope of Work, Detailed Cost Estimates, additional provisions to the General Conditions of Contract and Instructions to Bidders, and environmental clearance documents (if applicable), shall be submitted within ten (10) calendar days after receipt of the Notice to finalize the Contract Documents. The documents for bidding, records, and building permit purposes shall be submitted within ten (10) calendar days after receipt of an instruction issued by the OWNER.

4. CONSTRUCTION PHASE The documents for issuance of bid bulletins, evaluation of bids, and other documents as may be required during the procurement of the general contractor, shall be submitted within the period indicated in the instruction to be issued by the OWNER. The documents for construction purposes shall be submitted within fourteen (14) calendar days upon receipt of an instruction issued by the OWNER.

5. REVISIONS

All instructions for revisions to the drawings and other documents shall be authorized and issued by the BSP and/or PDMD.

Revisions to the drawings and other documents, at no fault of the CONSULTANT,

during the Schematic Design, Design Development, and Contract Documents Phases that will substantially affect the scope of the delivery of the services, as determined and agreed upon by both parties, shall be implemented by the CONSULTANT within the corresponding and reasonable extension of the period concerned at no additional cost to the BSP.

All revisions made with corresponding accumulated cost within ten percent (10%)

of the contract amount, shall be on the CONSULTANT’s account and will not entail any additional cost to the BSP.

Any other revisions made which will bring the accumulated cost beyond ten

percent (10%) of the contract amount, may be pursued as a separate contract subject to the applicable provisions of the IRR of RA 9184.

6. ERRORS OR OMISSIONS

During the Investigation and Schematic Design, Design Development, and Contract Documents Phases, the CONSULTANT shall correct CONSULTANT’s errors or omissions at the CONSULTANT’s own expense in the drawings, documents, and all other deliverables under the scope of work upon written instructions from the BSP and/or PDMD. (e.g., errors and omissions in the coordination of architectural and engineering design drawings, erroneous dimensions or specifications).The BSP and/or PDMD may, at its sole discretion, grant a reasonable time extension in producing said corrections, or impose the appropriate penalties through liquidated damages as stated in II.E. (Other Provisions)without prejudice to other remedies available to BSP.

Page 11 of 14

Version 2- 8 June 2021

During the Construction Phase, the production of drawings, specifications and other documents necessary for the implementation of corrective works as a result of the CONSULTANT’s error or omission discovered during this stage shall be undertaken by the CONSULTANT at no cost to BSP. The BSP and/or PDMD may, at its sole discretion, grant a reasonable period to the CONSULTANT to produce said documentation. Said period is subject to the appropriate penalties through liquidated damages as stated in II.E. (Other Provisions)without prejudice to other remedies available to BSP.

D. PAYMENT SCHEDULE Payment of the CONSULTANT shall be made as follows:

1. Upon completion of the Schematic Design Services, including the submission and approval of the schematic instruments by the OWNER, a sum equal to 15% of the lump sum fee;

2. Upon completion of the Design Development Services, including the submission

and approval of the design development instruments by the OWNER, a sum equal to 20% of the lump sum fee;

3. Upon completion of the Contract Document Services, including the submission

and approval of the contract document instruments by the OWNER, a sum equal to 50% of the lump sum fee; and

4. Upon completion of the construction, including the submission to and approval

by the OWNER of the construction completion report, a sum equal to 15% of the lump sum fee. However, during Construction Phase, the CONSULTANT may request partial payment of the total amount due under this Phase an amount equivalent to the same percentage as the approved value of payable work accomplished by the general contractor, at 25%, 50%, 75% and 100% milestones of the Construction Contract.

For the 100% completion billing under this Phase, submission of the final inspection report to the BSP shall be part of the requirements.

E. OTHER PROVISIONS

1. Notwithstanding the schedule of submittals and payments given above, unless

sooner terminated pursuant to the contract agreement and applicable rules, the contract time for this consulting service shall be until the issuance by BSP of the Certificate of Completion of consulting services.

2. Unless justified and acceptable by the BSP, in case the CONSULTANT fails to submit the required documents during the Investigation and Schematic Design, Design Development, and Contract Documents Phases within the prescribed time, including any time extension granted or agreed upon by both parties, LIQUIDATED DAMAGES, at an amount equivalent to one-tenth (1/10) of one percent (1%) of the total fee for the concerned phase for every day of delay shall be imposed upon the CONSULTANT.

Page 12 of 14

Version 2- 8 June 2021

3. Unless justified and acceptable by the BSP, in case the CONSULTANT fails to

submit the required revisions within the prescribed time, including any time extension granted or agreed upon by both parties, liquidated damages, at an amount equivalent to one-tenth (1/10) of one percent (1%) of the total fee for the concerned phase for every day of delay shall be imposed upon the CONSULTANT.

4. Unless justified and acceptable by the BSP, in case the CONSULTANT fails to

send the required A and E personnel to the project site upon instruction or as approved by BSP, an equivalent of the reimbursable amount per person shall be deducted from the lump sum fee for every team member who failed to conduct the scheduled site visit.

5. Unless justified and acceptable by the BSP, in case the CONSULTANT fails to

submit its evaluation reports within the required period, liquidated damages, at an amount of one-tenth (1/10) of one percent (1%) of the total fee during the Construction Phase for every day of delay shall be imposed upon the CONSULTANT.

6. In case that the delay in the submission of required documents or

implementation of required actions exceed a time duration equivalent to ten percent (10%) of the contract time plus any time extension duly granted to the CONSULTANT, the BSP may rescind the contract, forfeit the CONSULTANT’S performance security and takeover the prosecution of the project.

7. The maximum allowable amount of liquidated damage, duration of delay, and

corresponding actions once these are reached shall apply pursuant to the IRR of RA 9184.

8. In case the BSP takes over the project, it is understood that the CONSULTANT

has given its consent for the use of the submitted documents.

F. REIMBURSABLE COST

The travel and per diem costs during Investigation/Schematic Design, Development Design and Contract Document Phase shall be included in the financial proposal of the CONSULTANT. However, the travel expenses of the CONSULTANT during Construction and Close-out Phase are reimbursable to BSP and shall not be included in the submitted financial proposal. Claims for reimbursable cost shall be subject to applicable accounting rules and regulations.

1. The A & E Consultant’s travel shall be with prior approval of the BSP. The

reimbursable cost for approved travel shall include the cost of transportation (actual fare) to and from the project site for each travel. In order to be reimbursed of the fare, the consultant/s must submit the travel report, original ticket/s, boarding pass/es, official receipt/s and other document/s as may be required.

2. The per diem for each travel shall not exceed Php4,000/day/person or actual cost incurred, whichever is lower, representing the cost of transportation

Page 13 of 14

Version 2- 8 June 2021

within the city where the project is located, board and lodging and other incidental costs.

III. EXPERTISE AND QUALIFICATIONS OF PROFESSIONALS AND STAFF TO HANDLE THE PROJECT

A. Principal or Managing Officer –Registered Architect with minimum fifteen (15) years

experience in architectural design and coordinating team efforts in Architectural and Engineering Design (as a registered Architect). With at least three (3) design projects involving civil works with site development and structural steel and/or reinforced concrete design structure for commercial, office, institutional and/or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys, one of which is incorporating sustainable design or green architecture.

B. Design Architect– Registered Architect with minimum fifteen (15) years experience in

architectural design and coordinating team efforts in Architectural and Engineering Design (as a registered Architect). With at least three (3) design projects involving civil works with site development and structural steel and/or reinforced concrete design structure for commercial, office, institutional and/or industrial buildings with a floor area of at least 1,700.00 square meters, in same building, which shall be at least 2-storeys, one of which is incorporating sustainable design or green architecture.

C. Civil/Structural Engineer –Registered Civil/Structural Engineer with minimum fifteen (15) years experience (as a Registered Civil Engineer); with at least three (3) design projects design involving structural steel and/or reinforced concrete structures for commercial, office, institutional and/or industrial buildings.

D. Professional Electrical Engineer –Registered Professional Electrical Engineer with minimum five (5) years experience (as a registered Professional Electrical Engineer); with at least three (3) design projects involving design of electrical, security and fire alarm system requirements for commercial, office, institutional and/or industrial buildings.

E. Professional Electronics Engineer–Registered Professional Electronics Engineer with

minimum five (5) years experience (as a registered Professional Electronics Engineer); with at least three (3) design projects involving electronics and communications (security, fire detection and alarm, public address/ background music, special audio and lighting), IT systems for commercial, office, institutional and/or industrial buildings

F. Professional Mechanical Engineer–Registered Professional Mechanical Engineer with minimum five (5) years experience (as a registered Professional Mechanical Engineer); with at least three (3) design projects involving air conditioning, ventilation and fire protection system requirements for commercial, office, institutional and/or industrial buildings, specifically the air conditioning/ventilation system design of cash vaults and areas/structures with similar pollutants.

G. Sanitary Engineer–Registered Sanitary Engineer with minimum five (5) years experience (as a registered Sanitary Engineer); with at least three (3) design projects involving plumbing and water distribution, one of which is incorporating rainwater harvesting.

Page 14 of 14

Version 2- 8 June 2021

H. Landscape Architect–Registered Landscape Architect with minimum five (5) years experience (as a registered Landscape Architect); with at least one (1) project requiring medium to high security operations such as banks and financial institutions, airports, correctional and detention institutions, military installations.

IV. DATA/SERVICES TO BE PROVIDED BY BSP

A. Furnish the CONSULTANTS a copy of the BSP Design Guidelines. The BSP Design Guidelines is for the CONSULTANT’s reference and guidance.

B. Assist in field/site inspections and furnish all required operational data for the project.

An in-house BSP Project Team Leader shall be assigned to coordinate with the CONSULTANT in every phase of the work.

C. Advise the CONSULTANTS of the priorities for the project; and

D. Closely monitor/supervise the overall project operational requirements and work

schedule. V. CONFIDENTIALITY OF DATA AND INFORMATION

All data and information related to this project shall be treated as strictly confidential and shall not be released without the written consent of the OWNER.

VI. APPLICABILITY OF PERTINENT LAWS AND REGULATIONS All pertinent laws, rules and regulations relative to the procurement of services herein

stated shall apply. VII. DEFINITION OF TERMS

A. BSP - refers to the Bangko Sentral ng Pilipinas B. OWNER - refers to the Bangko Sentral ng Pilipinas C. CONSULTANT - refers to the A & E design consultancy firm D. PDMD - refers to the BSP Project Development and Management

Department E. CM CONSULTANT - refers to the Construction Management Consultant to be hired

by BSP, if any VIII. ATTACHMENTS

The following drawings/documents shall also form part of this Terms of Reference:

A. Vicinity Plan, Lot Plan, BSP Bacolod Branch Building - Conceptual layout of building footprint at Site Development.

B. Terms of Reference for Sub-surface Soil Exploration/Investigation and Undertaking of

Topographic and Relocation Survey with Specifications for Sub-surface Soil Exploration (attachments: Specifications for Topographic/Relocation Survey, Itemized Cost Breakdown, Lot Plan and Site Development Plan).

PROPOSED NEW BSP BACOLOD BRANCH BUILDING

Proximity of BSP Bacolod site to key areas:• 20 km to Bacolod Silay

Airport• 500m to Simplicio A.

Palanca Terminal Seaport

• 1 km from nearest Bacolod Police Station4.1 km to Bacolod City

VICINITY MAP

• 4.1 km to Bacolod City Hall

• 1.5 km to Provincial Capitol

• 500m to SM CityBacolod

LOCATION:LOCATION:BARRIO OF BARRIO OF POBLACION,POBLACION,BACOLOD CITY, BACOLOD CITY, PROV. OF NEGROSPROV. OF NEGROSOCCIDENTALOCCIDENTALOCCIDENTALOCCIDENTAL

LOCATION:LOT 4-B-2-C-4 (PORTION)BARRIO OF POBLACION, BACOLOD CITY, PROV. OF NEGROS OCCIDENTAL

TOTAL LOT AREA:

VICINITY MAP KEY PLAN

LOCATION MAP

TOTAL LOT AREA:5,000 SQ.MMAXIMUM FRONTAGE:70.02 L.MMAXIMUM LOT DEPTH:71.41 L.M

SITE DEVELOPEMENT PLAN

LEGEND

Bldg. Footprint

5,000 SQ.M TOTAL LOT AREA

70.02 L.M MAXIMUM LOT FRONTAGE

POCKET GARDEN

VEHICULAR GATE 3VEHICULAR GATE 3(ENTRANCE/EXIT)

ENTRANCE RAMP

MANTENANCE BUILDING FOOTPRINT: 182 SQ.M

POCKET GARDENS

71.41 L.M MAXIMUM LOT DEPTH

OPEN PARKINGFOR COMMERCIAL BANKS

(7 SLOTS)

ENTRANCE RAMP

WAITING AND SCREENING AREA

WAITING AND SCREENING AREA

VEHICULAR GATE 1(ENTRANCE/EXIT)

GUARD HOUSEGUARD HOUSE(18 SQ.M)

EMPLOYEE/ VISITORS PARKING (20 SLOTS)

LOADING/ UNLOADING AREA

COVERED PARKING FOR

SLOTS)

COVERED PARKING FOR ARMORED TRUCKS AND

SERVICE VEHICLE (8 SLOTS)

MAIN BUILDING

(ENTRANCE/EXIT)

GUARD’S LOUNGE(18 SQ.M)BIKE AND MOTOR BIKE

PARKING (7 SLOTS)

PARKING (20 SLOTS)

WASTE STORAGE FACILITY

WASTE STORAGE FACILITY

VEHICULAR GATE 2

VISITORS

VEHICULAR GATE 2ENTRANCE/ EXIT GATE FOR BSP EMPLOYEE &

VISITORS

PROJECT DEVELOPMENT AND MANAGEMENT DEPARTMENT

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION &

TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH

BUILDING

Page 2 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

I. SCOPE OF WORK

The Terms of Reference includes furnishing of materials, labor, plant, tools, equipment and other services and performing all operations necessary to undertake the Sub-surface Soil Exploration and Topographic/Relocation Survey at a 5,000.00 sq. m. lot located at Lot No. 4-B-2-C-4-A, Palanca Avenue, Barrio of Poblacion, Bacolod City, Negros Occidental, and in accordance to the plans and specifications which is subject to the terms and conditions of the contract.

II. PRINCIPAL FEATURES OF THE WORK

The following principal features of the work shall be included in the contract: 1. Mobilization/demobilization 2. Perform soil boring work as indicated in the plans. The minimum

depth of borehole is 30.0 meters unless a hard stratum has been reached before the 30.0 meters required depth.

3. Perform laboratory test of soil samples. 4. Submit soil test results and analysis 5. Submit recommendation on the type of foundation that would

be used and indicate the minimum depth of foundation from the natural grade line.

6. Plugging of boreholes utilizing concrete plugs 1.00 meters long driven down the bore shaft

7. Conduct topographic and relocation survey 8. Submit topographic map and lot plan showing the location of all

existing structures and trees. 9. Submit survey report. 10. All items of work not specifically mentioned but are necessary to

complete the work in accordance with the Terms of Reference issued.

III. RESPONSIBILITIES OF THE CONTRACTOR

1. The Contractor is required to inspect and examine the site and

surroundings of the proposed project to arrive at an estimated cost for the labor, materials, equipment, facilities and services necessary to carry out the works.

2. The Contractor shall be held responsible for the proper execution

and coordination of his work. He shall schedule and program his work according to the specified completion period.

3. In case that the water level is too high, the Contractor shall

provide a raft which has no cost to the bank.

4. The principal features of the work do not, in any way, limit the responsibilities of the Contractor to the general description of his scope of work.

Page 3 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

5. The Contractor shall provide at its own account, power, water

and communications/facilities it needs to execute the work.

6. All permits and other incidental fees that may be required by the city government in the locality shall be borne by the Contractor.

IV. EXPERTISE AND QUALIFICATION OF CONTRACTOR AND

PROFESSIONALS TO HANDLE THE PROJECT

The Consultant/Contractor shall have at least ten (10) years experience in sub-surface soil exploration and topographic/relocation survey works. The following shall be the minimum qualification of the professionals who shall handle the project: 1. Geodetic Engineer - Registered Geodetic Engineer with extensive experience in relocation/topographic survey of projects of similar or greater magnitude and complexity as the proposed BSP project; with minimum ten (10) years surveying experience 2. Geotechnical Engineer - Geotechnical Engineer with extensive experience in sub-surface soil exploration projects of similar or greater magnitude and complexity as the proposed BSP project; with minimum ten (10) years geotechnical experience

V. PREPARATION WORKS

The Contractor shall coordinate with the Bangko Sentral ng Pilipinas – Project Development and Management Department (BSP-PDMD) or its authorized representative/s regarding items that are needed prior to the start of the work.

VI. REPAIR OF DAMAGED STRUCTURES

Any existing structure and/are facilities that may be damaged during the exploratory work and which is not covered by the project contract/scope of work shall be repaired/restored by the Contractor to its original condition at no cost to the Bank.

VII. CLEANING UP

Upon completion of the work, all damaged areas shall be restored and the job site shall be presented in good condition to the BSP-PDMD.

VIII. NUMBER OF BOREHOLES

Minimum of seven (7) boreholes shall be conducted on the specified area to be determined by A & E Consultant. If additional boreholes are

Page 4 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

needed, the location shall be given by the designer prior to the exploration including the submission of the geotechnical report.

IX. OTHERS

1. The Contractor is not allowed to erect within the premises any form of dwelling that is semi-permanent or permanent in nature.

2. The Contractor shall formally advise the BSP-PDMD of the project

start and completion dates for proper project coordination and monitoring.

X. DEFINITION OF TERMS

CONTRACTOR - a qualified firm hired by the Bangko Sentral ng

Pilipinas to conduct the sub-surface exploration/topographic and relocation survey works

OWNER - Bangko Sentral ng Pilipinas

XI. CONFIDENTIALITY OF DATA AND INFORMATION

All data and information related to this project shall be treated as strictly confidential and shall not be released without the written consent of the OWNER.

XII. ATTACHMENTS The following documents form part of this Terms of Reference:

A. Specifications for Sub-surface Soil Exploration B. Specifications for Topographic/Relocation Survey C. Itemized Cost Breakdown D. Lot Plan and Vicinity Plan

Page 5 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

SPECIFICATIONS FOR SUB-SURFACE EXPLORATION/INVESTIGATION

A. OBJECTIVE

The primary objective of this Sub-surface Soil Exploration is to determine the stratigraphy and the corresponding Engineering Properties of the sub-surface material underneath the proposed structure.

B. SCOPE OF WORK

In general, this program shall include:

1. Drilling of boreholes whose location and other features shall be determined by A & E Consultant and described further under the following Section C – Technical Requirements.

2. Sampling and retrieving of sufficient number of disturbed and

undisturbed soil samples on every different stratum including those from probable lenses of every dense material when encountered.

3. Laboratory tests of soil samples to determine their engineering

classification as well as quantitative physical and related engineering properties.

4. Transport of the various samples to an approved testing laboratory.

Also included in the Scope of Work is the preparation of a comprehensive Report which will outline all data, describe boring and test procedures, tabulate laboratory test results in the form of logs, graphs including computations and recommendations to support the structure. The ground water level shall also be reflected on the boring log.

5. Submission of a summary report on the engineering analysis and

evaluation of the data by the licensed Geotechnical Engineers/Soils and Materials Engineer and corresponding laboratory test results which will be incorporated in the recommendations for the specific purpose. This report shall also shows the embedment depth of footing from the natural grade line including what type of foundation to be used to hold the structure.

6. The Contractor shall supply all necessary tools, labor, equipment,

materials and component supervision necessary in order to perform the complete Scope of Work. It shall, moreover, be his responsibility to provide and maintain, at his own expense, adequate water supply and electricity for the satisfactory conduct of work. The Contractor shall conform to all local and national government regulations, which include the securing and paying for the necessary permits and other taxes when required.

Page 6 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

C. TECHNICAL REQUIREMENTS

The boreholes shall be carried to a depth as shown in the layout. The Standard Penetration Test (SPT) shall be performed approximately at every 1.50 meters of penetration or at every apparent change in the characteristics of the various strata of soil encountered, whenever the method of drilling and other conditions warrant it. An alternative method may be proposed by the Consultant/Contractor, but the result shall be correlated to the SPT Values giving justification for such correlation. Disturbed and undisturbed samples shall be retrieved, and all samples of soil shall be classified at the field for every change in strata, noting carefully the depth from which the particular samples are taken. In case a very dense formation is encountered the thickness of this layer shall be verified. Preferably, the density of this formation shall be quantified necessitating the retrieving of an undisturbed sample for this layer. Undisturbed soil samples shall be obtained by the use of a Thin-Walled Sampler, such as the Shelby Tube, or the Piston Samples with proper clearance at the cutting edges so as to have area ratio not exceeding ten percent (10%). Samples shall be taken such that a minimum amount of disturbance in the natural conditions of the samples has been caused through ASTM-D1587-74 of drilling, sampling, preserving, storing and transporting of the samples. Each sample shall be properly identified and handled with extreme care so as to avoid any jarring. The samples shall, furthermore, be especially protected against loss of moisture as soon as these are extracted. Water level measurements shall be taken at the completion of each borehole. Samples shall be tested in the approved laboratory in accordance with the recommended Laboratory Test Procedures within 48 hours after they have been retrieved.

D. LABORATORY TESTING

Sufficient laboratory soil test including unconfined Compression Tests and Tri-axial test if needed shall be performed on samples obtained such that reliable classification, identification and evaluation of sub-soil can be carried out.

E. EXPLORATORY PIT

Page 7 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

Should the presence of existing utilities interfere with the location of the borehole, Contractor may relocate the borehole at a point adjacent to its location.

F. REPORT

1. The final boring logs shall show the following:

The soil profile with the corresponding identification of each stratum as to depth, elevation, number of blows, SPT N-value, water content, unit weight and other pertinent data would aid the Geotechnical Engineer to recommend the most economical and safe foundation. Elevations (referred to convenient common Bench Mark) of: a. Existing ground surface b. Ground water level, if encountered c. Location of samples relative to the hole d. All SPT values e. Recommendations

2. Four (4) sets in A4 size of the Final Report shall be submitted. This

report will include:

Verification map showing the locations of the boreholes drilled, preferably each preferred to an established grid, to such a scale approved by the Engineer. The Contractor may be requested to blow up (make scale larger) certain portions of the map and/or profile in order to show information more clearly therein. Logs, test procedures and results, graphs, engineering analysis and recommendations including computations, when necessary, etc.

3. Specifically, recommendations and computations must include, but

not limited to:

a. The Geotechnical Engineer shall analyzed, calculate, conclude and give recommendations with regards to allowable soil bearing capacity at levels 1.5m, 3.0m, 4.5m, and 6.0m for shallow footings such as isolated, combined, grid and mat foundations. For the pile foundation, the Geotechnical Engineer shall furnish the required length, size and type of pile that will attain the allowable bearing capacity predicted or calculated.

b. Settlement predictions, if any

c. Other critical features which may affect foundation design such

as layering and sliding tendencies, porosity, presence of fissures, consolidation of clay formations, lateral earth pressure, foundation schematic, liquefaction, etc.

Page 8 of 8

TERMS OF REFERENCE FOR SUB-SURFACE SOIL EXPLORATION/INVESTIGATION & TOPOGRAPHIC/RELOCATION SURVEY FOR THE PROPOSED NEW BSP BACOLOD BRANCH BUILDING

SPECIFICATIONS FOR TOPOGRAPHIC/RELOCATION SURVEY A. OBJECTIVE

The primary objective of the topographic and relocation survey is to establish the true location and boundaries of the lot, geologic soil condition, location of existing structures and trees (with trunks not less than 6” diameter), determine the lot contours and elevations and the relative Architectural/Engineering Properties of the Site.

B. SCOPE OF WORK

1. Relocation of the perimeter boundaries based on the Transfer Certificate of Title (TCT)

2. Establishment of assumed bench mark for elevation 3. Monuments of P.S. cylinder for all corners 4. Topographic survey based on the TCT and submission of a

TOPOGRAPHIC MAP drawn in good quality tracing paper indicating the following requirements and contents:

a. Scale should be at least 1:300 m b. Show contour interval of every 1.00 m c. Show abutting streets and properties including width of streets,

right-of-way and expansion programs of the city/municipal government

d. Location of nearest power utility posts, area drainage lines, telecommunication lines and water supply lines

e. In case drainage pipes/trenches traverse the lot, show section and invert elevations

f. Cross-section profiles g. Reference elevation based on the nearest Bureau of Lands reference

point

5. Submission of a LOT PLAN drawn in good quality tracing paper and duly approved by the Bureau of Lands

6. Submission of a Survey Report indicating among others the relative wind direction, history of flood level, geologic soil description, height and encroached part of the adjacent structures/buildings, if any, and any pertinent data. Survey Report shall be reproduced in four (4) sets.

7. Submission of one (1) set original and four (4) blueprint copies in 20”x30” each of the TOPOGRAPHIC MAP and the LOT PLAN and the corresponding electronic copy in AutoCAD 2000 version stored in a compact disc

107

ELIGIBILITY DOCUMENTS SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

In connection with your Request for Expression of Interest dated [insert date] for [Title of Project], [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, LGUs, or autonomous regional government, including foreign government/foreign or international financing institution; 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 Procuring Entity’s right to inspect and audit all records relating to our submission irrespective of whether we are declared eligible and short listed or not.

We further acknowledge that failure to sign this Eligibility Document Submission Form shall be a ground for our disqualification.

Yours sincerely,

Signature Name and Title of Authorized Signatory

Name of Consultant Address

Pro Form No. 02-025 • Version: __ • Updated: ___________

STATEMENT FORM NO. 1 (IF NOT COVERED BY NON-DISCLOSURE AGREEMENT)

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS

I/We _____________________, do hereby state that:

1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at

______________________; and 2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _____________________ in compliance with

Sections 23.1 and 24.1 of the 2016 Revised IRR of Rep. Act No. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids and Awards Committee:

ONGOING GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

Project Name and Description

a. Client Name b. Contact Person; c. Address; d. Contact Nos.

Contract References (e.g. Purchase Order/

Job Order/ Contract

Agreement)

Date Contract Amount

% of Accomplishment Value of

Outstanding Works/Undelivered

Portion Planned Actual

GOVERNMENT:

i. ONGOING CONTRACT/S WITH BSP

ii. ONGOING CONTRACT/S WITH OTHER GOVERNMENT AGENCY/IES

PRIVATE:

Total Cost

================

(Note: Please use additional sheets, if necessary) (Signature above Printed Name of Bidder’s Duly Authorized Representative)

Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]

STATEMENT FORM NO. 2 (IF COVERED BY NON-DISCLOSURE AGREEMENT)

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS

I/We _____________________, do hereby state that:

1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at ______________________; and

2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _______________ in compliance with Sections 23.1 and 24.1 of the revised IRR of R.A. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids and Awards Committee:

ONGOING GOVERNMENT CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

Project Name and Description

a. Client Name b. Contact Person; c. Address; d. Contact Nos.

Contract References (e.g. Purchase

Order/ Job Order/ Contract Agreement)

Date Indicative

Aggregate Contract Amount

% of Accomplishment

Indicative Aggregate Value of Outstanding Works/Undelivered

Portion Planned Actual

GOVERNMENT

Total Cost

ONGOING PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

Project Name and Description

a. Client Name b. Contact Person; c. Address; d. Contact Nos.

Contract References (e.g. Purchase

Order/ Job Order/ Contract Agreement)

Date Indicative

Aggregate Contract Amount

% of Accomplishment

Indicative Aggregate Value of Outstanding Works/Undelivered

Portion Planned Actual

PRIVATE

Total Cost

(Note: Please use additional sheets, if necessary) (Signature above Printed Name of Bidder’s Duly Authorized Representative)

Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]

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 [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with 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 _______.

114

TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL

STAFF

Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm/Entity: Nationality: Membership in Professional Societies: Detailed Tasks Assigned: Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree

of responsibility held by staff member on relevant previous projects and give dates and locations. Use about half a page.] Education: [Summarize college/university and other specialized education of staff members, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.] Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of projects. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

115

Languages: [For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.] Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience. Commitment: I also commit to work for the Project in accordance with the time schedule as indicated in the contract once the firm is awarded the Project. Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year Full name of staff member: _______________________________________________ Full name of authorized representative: ______________________________________

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. ______. 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 ____.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS

CERTIFICATE* [*To be issued by the Corporate Secretary (for Corporation/Cooperative/Joint

Venture) or by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative.]

AUTHORITY OF SIGNATORY

I, [Name of Corporate/Partnership/Cooperative/Joint Venture (JV) Secretary or Authorized Representative], a duly elected and qualified Secretary of [Name of Corporation/Partnership/Cooperative/JV], a Corporation/Partnership/Cooperative/ JV, duly organized and existing under and by virtue of the laws of the Republic of the Philippines, DO HEREBY CERTIFY, that:

1. In a regular/special meeting of the Board of Directors of the said Corporation/Partnership/Cooperative held on [Date of Board Meeting], the following Resolution was approved:

RESOLUTION NO. _________________

“RESOLVED, that any of the following:

Name of Duly Authorized Representative/s

Position With Conformity:

Signature Initials

1)

2)

3)

4)

is/are hereby duly authorized and designated in the name of the Corporation/Partnership/Cooperative/JV, to participate in the public bidding of the Bangko Sentral ng Pilipinas (BSP); to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary for the purposes indicated herein.”

2. I hereby certify to the correctness of the foregoing resolution and that the same is existing and has not been suspended, amended, modified or revoked.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of __________________, 20___, in the City of __________________, Philippines.

___________________

Affiant 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 [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS

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 _______.

Pro Form No. _______ • Version: 1 • Updated: ______________

SPECIAL POWER OF ATTORNEY (For Sole Proprietorship)

I ___________________________, [Chief Executive Officer/ President/

General Manager] of [Name of Company], a sole proprietorship established and duly registered under the laws of the [Country], with its registered office at [Office Address], do hereby make, constitute and appoint any of the following [Name of duly authorized representative/s, positions]:

Name of Duly Authorized

Representative/s Position

With Conformity:

Signature Initials

1)

2)

3)

4)

to be the true and lawful attorney/s, for it and its name, place and stead, to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary, and/or represent [Name of Sole Proprietorship], in the public bidding of the Bangko Sentral ng Pilipinas (BSP); as fully and effectively as the sole proprietorship might do if personally present with full power of substitution and revocation and hereby confirming all that said representative/s shall lawfully do or cause to be done by virtue hereof.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of __________________, 20___, in ____________________________.

_____________________ Affiant 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 [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with 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 _______.

Palanca Avenue, Bacolod City

Approved Budget for the Contract : Php9,000,000.00

Instructions:

No.

I

a

b

II

1.0 Principal or Managing Officer

a.

b.

7.

8.

9.

10.

11.

Minimum fifteen (15) years of experience in

architectural design and coordinating team

efforts in Architectural and Engineering

Design (as a registered Architect).

Number of years of experience in architectural design and coordinating team

efforts in Architectural and Engineering Design(as a registered Architect):

__________________________

With at least three (3) design projects of

similar or greater complexity (Refer to Item

No. I.a); one of which is incorporating

sustainable design or green architecture.

List of similar completed projects of keystaff

1.

2.

3.

4.

5.

6.

5

(continue on separate sheet if necessary)

Qualifications of Personnel

Registered Architect with the following

qualifications:

Corresponding Certificate of Completion

and/or Acceptance or Customer Feedback

showing satisfactory performance from the

client for the aforesaid contracts.

6

BSP Requirement Bidder's Qualifications

Applicable Company Experience List of Similar Contracts

1.

Copy of the bidder’s two (2) completed

contracts from Y2010 to present involving

Detailed Architectural and Engineering

Design Consultancy Services involving civil

works with site development and structural

steel and/ or reinforced concrete design

structure for commercial, office,

institutional and/ or industrial buildings

with a floor area of at least 1,700.00 square

meters, in same building, which shall be at

least 2-storeys.

2.

3.

4.

Project Title : Architectural and Engineering (A&E) Design Consultancy Service for the Proposed Construction of New Bangko Sentral

ng Pilipinas Bacolod Branch Building

Location :

Name of Bidder :

Criteria for Determination of Eligibility of Bidders (Blank Form)

1. Bidders shall fill up all required information which should also be present in the submitted Statement of All Completed Government

and Private Contracts, TPF-6 (Curriculum Vitae) and Computation of Net Financial Contracting Capacity. Information indicated in this form

which is/are not present in the appropriate submittal (e.g. TPF-6) and vice-versa shall not be considered.

No. BSP Requirement Bidder's Qualifications

2.0

a.

b.

3.0

a.

b.

4.0

a.

b.

Professional Electrical Engineer

Registered Professional Electrical Engineer

with the following qualifications:

Minimum five (5) years of experience as a

registered Professional Electrical Engineer.Number of years of experience as a registered Professional Electrical Engineer:

__________________________

With at least three (3) design projects

involving design of electrical, security and

fire alarm system requirements for

List of similar completed projects of keystaff

1.

10.

11.

12.

(continue on separate sheet if necessary)

4.

5.

6.

7.

8.

9.

Civil / Structural Engineer

Registered Civil Engineer with the following

qualifications:

Minimum fifteen (15) years of experience as

a registered Civil Engineer.Number of years of experience as a registered Civil Engineer.:

__________________________

With at least three (3) design projects

involving structural steel and/or reinforced

concrete structures for commercial, office,

institutional and/or industrial buildings.

List of similar completed projects of keystaff

1.

2.

3.

9.

10.

11.

12.

(continue on separate sheet if necessary)

With at least three (3) design projects of

similar or greater complexity (Refer to Item

No. I.a); one of which is incorporating

sustainable design or green architecture.

List of similar completed projects of keystaff

1.

2.

3.

4.

5.

6.

7.

8.

Design Architect

Registered Architect with the following

qualifications:

Minimum fifteen (15) years of experience in

architectural design and coordinating team

efforts in Architectural and Engineering

Design (as a registered Architect).

Number of years of experience in architectural design and coordinating team

efforts in Architectural and Engineering Design (as a registered Architect):

__________________________

12.

(continue on separate sheet if necessary)

No. BSP Requirement Bidder's Qualifications

5.0

a.

b.

6.0

a.

b.

9.

10.

11.

12.

(continue on separate sheet if necessary)

3.

4.

5.

6.

7.

8.

Professional Mechanical Engineer

Registered Professional Mechanical Engineer

with the following qualifications:

Minimum five (5) years of experience as a

registered Professional Mechanical

Engineer.

Number of years of experience as a registered Professional Mechanical

Engineer: __________________________

With at least three (3) design projects

involving air conditioning, ventilation and

fire protection system requirements for

commercial, office, institutional and/or

industrial buildings, specifically the air

conditioning/ ventilation system design of

cash vaults and areas/ structures with

similar pollutants.

List of similar completed projects of keystaff

1.

2.

9.

10.

11.

12.

(continue on separate sheet if necessary)

With at least three (3) design projects

involving electronics and communications

(security, fire detection and alarm, public

address/ background music, special audio

and lighting), IT systems for commercial,

office, institutional and/or industrial

buildings.

1.

8.

2.

3.

4.

5.

6.

7.

Professional Electronics Engineer

Registered Professional Electronics Engineer

with the following qualifications:

Minimum five (5) years of experience as a

registered Professional Electronics

Engineer.

Number of years of experience as a registered Professional Electronics

Engineer: __________________________

List of similar completed projects of keystaff

10.

11.

12.

(continue on separate sheet if necessary)

4.

5.

6.

7.

8.

9.

fire alarm system requirements for

commercial, office, institutional and/or

industrial buildings.

2.

3.

No. BSP Requirement Bidder's Qualifications

7.0

a.

b.

8.0

a.

b.

III

6.

7.

8.

9.

10.

11.

12.

(continue on separate sheet if necessary)

Registered Landscape Architect with the

following qualifications:

Minimum five (5) years of experience as a

registered Landscape Architect.

With at least one (1) project requiring

medium to high security operations such as

banks and financial institutions, airports,

correctional and detention institutions,

military installations.

1.

2.

3.

4.

5.

Number of years of experience as a registered Landscape Architect:

__________________________

List of similar completed projects of keystaff

Workload Capacity

7.

8.

9.

10.

Landscape Architect

Net Financial Contracting Capacity (NFCC) of

the bidder is at least 100% of the Approved

Budget of the Contract (ABC).

Net Financial Contracting Capacity (NFCC): _________

Sanitary Engineer

11.

12.

(continue on separate sheet if necessary)

5.

6.

List of similar completed projects of keystaff

1.

2.

3.

4.

Minimum five (5) years of experience as a

registered Sanitary Engineer..Number of years of experience as a registered Sanitary Engineer:

__________________________

b.With at least three (3) design projects

involving plumbing and water distribution,

one of which is incorporating rainwater

harvesting.

Registered Sanitary Engineer with the following

qualifications:

Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S.

BID SECURING DECLARATION Project Identification No.: [Insert number]

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 procurement 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 No. 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; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, 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 OR ITS AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity] Affiant

[Jurat] [Format shall be based on the latest Rules on Notarial Practice]

109

TPF 1. TECHNICAL PROPOSAL SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

We, the undersigned, offer to provide the consulting services for [Title of Project] in accordance with your Bidding Documents dated [insert date] and our Bid. We are hereby submitting our Bid, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

In accordance with ITB Clause 21.1, we confirm that the information contained in the eligibility documents submitted earlier together with the Expression of Interest remain correct as of the date of bid submission.

If negotiations are held during the period of bid validity, i.e., before [insert date], we undertake to negotiate on the basis of the proposed staff. Our Bid is binding upon us and subject to the modifications resulting from contract negotiations.

In accordance with GCC Clause 51, we acknowledge and accept the Procuring Entity’s right to inspect and audit all records relating to our Bid irrespective of whether we enter into a contract with the Procuring Entity as a result of this Bid or not.

We understand you are not bound to accept any Bid received for the selection of a consultant for the Project.

We acknowledge that failure to sign this Technical Proposal Submission Form and the abovementioned Financial Proposal Submission Form shall be a ground for the rejection of our Bid.

We remain,

Yours sincerely,

Authorized Signature: Name and Title of Signatory:

Name of Firm: Address:

111

TPF 3. COMMENTS AND SUGGESTIONS OF CONSULTANT ON THE TERMS OF

REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY

THE PROCURING ENTITY

On the Terms of Reference: 1. 2. 3. 4. 5. On the data, services, and facilities to be provided by the Procuring Entity: 1. 2. 3. 4. 5.

112

TPF 4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE PROJECT

116

TPF 7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Months (in the Form of a Bar Chart) Name Position Reports Due/Activities 1 2 3 4 5 6 7 8 9 10 11 12 Number of Months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time: Part-time: Reports Due: Activities Duration: Location Signature:

(Authorized representative) Full Name: Title: Address:

117

TPF 8. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items

[1st, 2nd, etc. are months from the start of project.]

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th

Activity (Work)

_________________

_________________

_________________

_________________

B. Completion and Submission of Reports

Reports Date

1. Inception Report

2. Interim Progress Report

(a) First Status Report (b) Second Status Report

3. Draft Report

4. Final Report

113

TPF 5. TEAM COMPOSITION AND TASK

1. Technical/Managerial Staff Name Position Task

2. Support Staff

Name Position Task

3 Where applicable, indicate relationships among the Consultant and any partner and/or subconsultant, the Procuring Entity, the Funding Source and other parties or stakeholders.

114

TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL

STAFF

Proposed Position: Name of Firm: Name of Staff: Profession: Date of Birth: Years with Firm/Entity: Nationality: Membership in Professional Societies: Detailed Tasks Assigned: Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree

of responsibility held by staff member on relevant previous projects and give dates and locations. Use about half a page.] Education: [Summarize college/university and other specialized education of staff members, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.] Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of projects. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

115

Languages: [For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.] Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience. Commitment: I also commit to work for the Project in accordance with the time schedule as indicated in the contract once the firm is awarded the Project. Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year Full name of staff member: _______________________________________________ Full name of authorized representative: ______________________________________

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. ______. 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 ____.

Page 1 of 2

Pro Form No. 02-026 • Version: 0 • Updated: 29 June 2012

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF __________)

OMNIBUS SWORN STATEMENT

I, __________________________, of legal age, (civil status) , (nationality) and residing at _____________________________ after having been duly sworn in accordance with law, do hereby depose and state that:

1. I am the authorized and designated representative/s of (Name of Bidder) with office address at ________________________ (hereafter “Bidder”), with full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and/or to sign and execute the ensuing contract, or to represent the bidder in the bidding as shown in the attached duly notarized Special Power of Attorney/Board/Partnership Resolution/or Secretary’s Certificate, whichever is applicable];

2. The Bidder is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

3. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided therein are true and correct;

4. The Bidder is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

5. None of the officers, directors, and controlling stockholders of the firm/partnership/joint venture/corporation I represent for the bidding of the project is related to the Head of the Procuring Entity, members of the BAC, the Technical Working Group, the BAC Secretariat, the head of the Project Management Office or the end-user unit, the project consultants or to any Procuring Entity officials who directly or indirectly took part in the bidding process, by consanguinity or affinity up to the third civil degree;

6. The Bidder is aware of and has undertaken the following responsibilities:

a. Carefully examined all of the Bidding Documents; b. Acknowledged all conditions, local or otherwise, affecting the implementation of

the contract; c. Made an estimate of the facilities available and needed for the contract to be

bid, if any, and have inspected the sites for the requirement, if applicable; d. Inquired or secured Supplemental/Bid Bulletin(s) issued for the project;

7. The Bidder complies with existing labor laws and standards;

Page 2 of 2

Pro Form No. 02-026 • Version: 0 • Updated: 29 June 2012

8. The Bidder did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity, pursuant to GPPB Resolution No. 22-2013, in relation to BSP’s No Gift Policy under BSP Office Order No. 0485, Series of 2014;

9. In case advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of __________________, 20____ at _____________, Philippines. (Bidder’s Representative/Authorized Signatory) AFFIANT 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. The Affiant exhibited to me his/her [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________. Witness my signature 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 __________

Omnibus Sworn Statement _________________________________________________________________________ REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or

the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the

Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if

any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the

Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the

obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity] Affiant

A C K N O W L E D G E M E N T

REPUBLIC OF THE PHILIPPINES CITY OF ________________ S.S.

BEFORE ME, a Notary Public, for and in the City of Manila, Philippines, this __ day of ______________ 2020 personally appeared:

NAME GOVERNMENT-ISSUED I.D.

NO. DATE/PLACE OF

ISSUE

identified by me through competent evidence of identity to be the same person who executed the foregoing instrument and who acknowledged to me that the same is his/her own free and voluntary act and deed and that of ____________ whom he/she represents with full authority to sign the instrument.

This instrument consisting of three (3) pages is signed by the parties, together with their instrumental witnesses, on all pages including this page whereon the acknowledgement is written. WITNESS MY HAND AND SEAL at the place and on the date first above written. Doc. No. ___________; Page No. ___________; Book No. ___________; Series of 2020.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS

CERTIFICATE* [*To be issued by the Corporate Secretary (for Corporation/Cooperative/Joint

Venture) or by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative.]

AUTHORITY OF SIGNATORY

I, [Name of Corporate/Partnership/Cooperative/Joint Venture (JV) Secretary or Authorized Representative], a duly elected and qualified Secretary of [Name of Corporation/Partnership/Cooperative/JV], a Corporation/Partnership/Cooperative/ JV, duly organized and existing under and by virtue of the laws of the Republic of the Philippines, DO HEREBY CERTIFY, that:

1. In a regular/special meeting of the Board of Directors of the said Corporation/Partnership/Cooperative held on [Date of Board Meeting], the following Resolution was approved:

RESOLUTION NO. _________________

“RESOLVED, that any of the following:

Name of Duly Authorized Representative/s

Position With Conformity:

Signature Initials

1)

2)

3)

4)

is/are hereby duly authorized and designated in the name of the Corporation/Partnership/Cooperative/JV, to participate in the public bidding of the Bangko Sentral ng Pilipinas (BSP); to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary for the purposes indicated herein.”

2. I hereby certify to the correctness of the foregoing resolution and that the same is existing and has not been suspended, amended, modified or revoked.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of __________________, 20___, in the City of __________________, Philippines.

___________________

Affiant 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 [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS

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 _______.

Pro Form No. _______ • Version: 1 • Updated: ______________

SPECIAL POWER OF ATTORNEY (For Sole Proprietorship)

I ___________________________, [Chief Executive Officer/ President/

General Manager] of [Name of Company], a sole proprietorship established and duly registered under the laws of the [Country], with its registered office at [Office Address], do hereby make, constitute and appoint any of the following [Name of duly authorized representative/s, positions]:

Name of Duly Authorized

Representative/s Position

With Conformity:

Signature Initials

1)

2)

3)

4)

to be the true and lawful attorney/s, for it and its name, place and stead, to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary, and/or represent [Name of Sole Proprietorship], in the public bidding of the Bangko Sentral ng Pilipinas (BSP); as fully and effectively as the sole proprietorship might do if personally present with full power of substitution and revocation and hereby confirming all that said representative/s shall lawfully do or cause to be done by virtue hereof.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of __________________, 20___, in ____________________________.

_____________________ Affiant 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 [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with 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 _______.

ANNEX “A”

THE FOLLOWING INSURERS ARE INCLUDED IN THE BSP’S EVALUATED INSURERS BASED ON THE INSURANCE COMMISSION’S DATA ON NET INCOME, NET WORTH, NET

PREMIUMS WRITTEN, GROSS PREMIUMS WRITTEN, PREMIUMS EARNED, PAID-UP CAPITAL, ASSETS AND INVESTED ASSESTS:1

Name of Insurance Company

Alliedbankers Insurance Corp. Pacific Cross Insurance, Inc. (Blue Cross Insurance, Inc.)

Alpha Insurance & Surety Company, Inc. Pacific Union Insurance Company Asia Insurance (Philippines) Corp. People’s General Insurance Corp. Asia United Insurance, Inc. PGA Sompo Insurance Corp. BPI/MS Insurance Corp. Philippine British Assurance Company, Inc. Card Pioneer Microinsurance, Inc. Philippine First Insurance Company. Inc. Cibeles Insurance Corp. Pioneer Insurance & Surety Corp. Commonwealth Insurance Company Prudential Guarantee & Assurance, Inc. Corporate Guarantee & Insurance Company

Standard Insurance Company, Inc.

Fortune General Insurance Corp. Sterling Insurance Company, Inc. MAA General Assurance Phils., Inc. Stronghold Insurance Company, Inc. Malayan Insurance Company, Inc. Travellers Insurance & Surety Corp. Mapfre Insular Insurance Corp. UCPB General Insurance Company, Inc. Mercantile Insurance Company, Inc. Visayan Surety & Insurance Corp. Milestone Guarantee & Assurance Corp. Western Guaranty Corp.

1 This is not tantamount to an endorsement of the above surety companies and is not a conclusion that other insurance companies not included in the above list are not authorized to issue surety bonds for government transactions.

Palanca Avenue, Bacolod City

Approved Budget for the Contract : Php9,000,000.00

Instructions:

No.

1

a

3

a.

a.1.

6.

7.

Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

For Additional/bonus points Other Bachelor's Degree:

General Qualifications and competence

including education and training, nature

and length of experiences

Design Architect

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

4.

5.

Qualifications of Personnel

BSP Requirement Bidder's Qualifications

Applicable Company Experience List of Similar Contracts

3.

5

1. Bidders shall fill up all required information which should also be present in the submitted Statement of All Completed Government and

Private Contracts, TPF-6 (Curriculum Vitae) and Computation of Net Financial Contracting Capacity. Information indicated in this form which

is/are not present in the appropriate submittal (e.g. TPF-6) and vice-versa shall not be considered.

1.

Record of previous engagement and quality

of performance in similar project with

Corresponding Certificate of Completion

and Acceptance/ Satisfactory Performance

or Customer Feedback showing satisfactory

performance from the client for the

aforesaid contracts

2.

6

4.

Project Title : Architectural and Engineering (A&E) Design Consultancy Service for the Proposed Construction of New Bangko Sentral

ng Pilipinas Bacolod Branch Building

Location :

Name of Bidder :

Criteria for Determination of Technical Proposal Score Blank Form

No. BSP Requirement Bidder's Qualifications

a.2.

b.

b.1.

Principal or Managing Officer

Other Key Staff

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

16.

Current age of the keystaff:___________ years old

a.2.1 Years of experience pertaining to the

proposed position

9.

10.

11.

Suitability to perform the duties of the

particular assignments

13.

14.

15.

12.

8.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

8.

9.

10.

11.

(continue on separate sheet if necessary)

a.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

7.

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Number of years of experience in architectural design and coordinating team

efforts in Architectural and Engineering Design (as a registered Architect):

__________________________

No. BSP Requirement Bidder's Qualifications

b.2.

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience in architectural design and coordinating team

efforts in Architectural and Engineering Design (as a registered Architect):

__________________________

Current age of the keystaff:___________ years old

10.

11.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

4.

5.

6.

7.

8.

9.

For Additional/bonus points Other Bachelor's Degree:

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

PRC License Validity Date: ____________________________________

No. BSP Requirement Bidder's Qualifications

b.1.

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

8.

9.

10.

11.

12.

(continue on separate sheet if necessary)

2.

3.

4.

5.

6.

7.

15.

16.

(continue on separate sheet if necessary)

Civil / Structural Engineer

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

9.

10.

11.

12.

13.

14.

7.

8.

For Additional/bonus points Other Bachelor's Degree:

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

No. BSP Requirement Bidder's Qualifications

b.2.

b.1.

6.

7.

8.

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

4.

5.

Professional Electrical Engineer

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

For Additional/bonus points Other Bachelor's Degree:

12.

13.

14.

15.

16.

(continue on separate sheet if necessary)

6.

7.

8.

9.

10.

11.

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Civil Engineer:

__________________________

Current age of the keystaff:___________ years old

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

No. BSP Requirement Bidder's Qualifications

b.2.

b.1.

For Additional/bonus points Other Bachelor's Degree:

16.

(continue on separate sheet if necessary)

Professional Electronics and Communication

Engineer

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

10.

11.

12.

13.

14.

15.

4.

5.

6.

7.

8.

9.

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Professional Electrical Engineer :

__________________________

Current age of the keystaff:___________ years old

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

9.

10.

11.

No. BSP Requirement Bidder's Qualifications

b.2.

9.

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

7.

8.

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Professional Electronics Engineer

: __________________________

Current age of the keystaff:___________ years old

10.

11.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

4.

5.

6.

7.

8.

9.

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

No. BSP Requirement Bidder's Qualifications

b.1.

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

10.

11.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

4.

5.

6.

7.

8.

9.

For Additional/bonus points Other Bachelor's Degree:

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

15.

16.

(continue on separate sheet if necessary)

Professional Mechanical Engineer

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

10.

11.

12.

13.

14.

No. BSP Requirement Bidder's Qualifications

b.2.

b.1.

10.

11.

12.

4.

5.

6.

7.

8.

9.

For Additional/bonus points Other Bachelor's Degree:

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

15.

16.

(continue on separate sheet if necessary)

Sanitary Engineer

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

9.

10.

11.

12.

13.

14.

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

7.

8.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Professional Mechanical:

__________________________

Current age of the keystaff:___________ years old

No. BSP Requirement Bidder's Qualifications

b.2.

b.1.

For Additional/bonus points Other Bachelor's Degree:

Relevant Technical Seminars with one month duration or Relevant one week

training

1.

2.

3.

15.

16.

(continue on separate sheet if necessary)

Landscape Architect

General Qualifications and competence

including education and training, nature

and length of experiences Bachelor's Degree: _________________________________________

PRC License Validity Date: ____________________________________

9.

10.

11.

12.

13.

14.

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

7.

8.

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Sanitary Engineer:

__________________________

Current age of the keystaff:___________ years old

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

No. BSP Requirement Bidder's Qualifications

b.2.

15.

16.

(continue on separate sheet if necessary)

9.

10.

11.

12.

13.

14.

b.2.2 No. of projects actively participated

involving detailed eng'g./ architectureList of projects actively participated involving detailed eng'g./ architecture

1.

2.

3.

4.

5.

6.

7.

8.

Other Post Graduate Course (masteral or doctorate degree):

Academic Award in BS Degree directly related to the proposed position/Board

Top Notcher - up to 10th place:

Professional Awards, Citation and/or Commendation*:

1. _______________________________________________

2. _______________________________________________

3. _______________________________________________

*e.g. National Artist Award, Likha Award, APEC Registration, ASEAN Registration, etc.

Suitability to perform the duties of the

particular assignments

b.2.1 Years of experience pertaining to the

proposed position

Number of years of experience as a registered Landscape Architect:

__________________________

Current age of the keystaff:___________ years old

10.

11.

12.

(continue on separate sheet if necessary)

Masteral Degree (directly related): _______________________________

Doctorate Degree (directly related): _______________________________

4.

5.

6.

7.

8.

9.

ANNEXES

ANNEX A

PROCEDURES IN THE PAYMENT OF BIDDING DOCUMENTS BIDDING DOCUMENTS FEE

A complete set of Bidding Documents may be acquired by Interested Bidders1 by sending an e-mail request to [email protected] and [email protected] or it may also be downloaded from the websites of the Philippine Government Electronic Procurement System (www.philgeps.gov.ph) and the Bangko Sentral ng Pilipinas (www.bsp.gov.ph). The cost for the bidding documents is Php10,000.00. PAYMENT OPTIONS/INSTRUCTIONS Note: PAYMENT SHALL BE MADE NOT LATER THAN THE DATE AND TIME OF BID SUBMISSION AND

OPENING. However, prospective bidders are encouraged to pay the bid documents fee at least one (1) day before the deadline for submission and opening of bids.

STEP 1:

Request for “Order of Payment” (OP) from the BAC Secretariat at [email protected]

and [email protected] and indicate the following:

Company Name (Bidder)

Valid Email Address

Valid Phone Number

Project Name (that the bidder will participate in). If bidding for several lot items, please indicate the specific lots that the bidder will participate in.

STEP 2: An email notification and copy of the OP will be received through the provided email address or you may contact the BAC-Secretariat at (632)(5)306-2798/2800/3075) or send an email at

[email protected] for the OP details. Verify all the details in the received OP copy/email notification and take note of the PAYMENT DUE DATE.

1 For new bidders, please submit clear photocopies of the following documents:

a) Business Registration with SEC/DTI/Other Government Agency, whichever is applicable; and b) BIR Certificate of Registration (BIR Form No. 2303), if applicable.

SAMPLE ORDER OF PAYMENT

STEP 3: : PAYMENT THROUGH PAYMENT CHANNELS

1. Via Accredited Collecting Agent – Union Bank of the Philippines (UBP) a. Cash or Check via Over-the-Counter (OTC) Bills Payment in any UBP Branch b. Online Banking Bills Payment (payor must be an account holder)

• Payment for/Biller: Bangko Sentral ng Pilipinas

• Client Name: Indicate Company Name (Bidder)

• Amount: As indicated in the Order of Payment

• OP Reference Number: As indicated in the OP document (see sample OP)

• Remarks: Indicate a short version of the Project Name the bidder is participating on (e.g., “Office Furniture”)

2. Via Debit/Credit (Visa/Master) Card Payment

• Clients with no UBP account can pay online through the Visa/MasterCard Payment Gateway

• Access the BSP Website at www.bsp.gov.ph

• Click NOPS Portal under Quick Links

• Input the OP reference number in the field provided and click Inquire Status or Pay Online

After payment is confirmed, the Receipt is displayed. Print the receipt for presentation or email to the BAC Secretariat at [email protected] and to the Procurement Office at [email protected].

Note: For both payment channels, the bidder will receive an email notification with the attached

Official Receipt.

3. Via BSP Head Office’s CASH DEPARTMENT Prospective bidders are highly encouraged to pay through the Payment Channels as indicated under Items 1 and 2 above as entry of visitors in the BSP-HO are limited to certain areas only. In extraordinary circumstance however, prospective bidders/suppliers paying through the BSP’s Cash Department are requested to inform the BAC, through the BAC-Secretariat and/or Procurement Office, at least two (2) days in advance to assist the bidders in the payment process.

Transaction Schedule: 9:00 AM – 2:00 P.M., Mondays to Thursdays

(Please allow time for possible queues including, but not limited to, the precautionary and security measures being implemented in the BSP-Head Office in view of COVID-19)

STEP 4: Submit a copy of proof of payment (i.e., Bills Payment Slip, screenshot of proof of online/mobile

payment, or copy of the Official Receipt) to the BAC Secretariat prior to or together with the

submission of bidding documents.

OTHER REMINDERS

1. The BSP does not issue Certification on the conduct of Conferences/Meetings and/or Submission and Opening of Bids for purposes of Checkpoint clearance. Prospective bidders may print the Invitation to Bid/Bid Bulletins/ Advisories/Notices issued by the BSP showing the scheduled activities.

2. Additional queries, especially with regard to the procedures for the Microsoft Teams connection, may be submitted in advance to the BAC-Secretariat at [email protected], to allow BSP’s IT Group to respond accordingly.

ANNEX B

GUIDELINES IN THE CONDUCT OF PRE-BID CONFERENCE

1. With due observance of social distancing measures, when necessary, Pre-bid Conferences, whenever scheduled, shall refer to the conduct of face-to-face pre-bid conference, online teleconferencing or videoconferencing. The date, time and online platform shall be stated in the procurement opportunity (i.e., Invitation to Bid, Request for Expression of Interest, etcetera) or in duly issued Bid Bulletin.

2. Prior to the scheduled pre-bid conference, prospective bidders shall signify their intention to participate in the scheduled pre-bid conference by submitting/registering their contact information and e-mails where the online invitation to participate shall be sent. Prospective bidders who fail to participate in the pre-bid conference shall not be disqualified.

3. Participating bidders are highly encouraged to download the bidding documents from the BSP or PhilGEPS websites.

4. For expedient conduct of the Conference/Meeting, the bidders shall be expected to have read and sufficiently understood the issued bidding documents and requirements prior to the scheduled Conference/Meeting. Bidders may send their questions or requests for clarification in advance at least one (1) day prior to the date of Pre-bid Conference/Meeting to [email protected] and to [email protected]. Participating bidders may also use the online messaging facility during the meeting, which shall form part of the Minutes. The discussions will focus on the documentary requirements that need emphasis, as deemed necessary, and on the queries/clarifications received from the prospective bidders.

5. Those who were not able to participate in the pre-bid conference may still submit manual or electronic bids.

6. The minutes of the pre-bid conference shall be made available to the prospective bidders not later than five (5) calendar days after the pre-bid conference, upon written request. The same shall likewise be posted in the website of the BSP.

INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS

1. The conduct of Pre-bid Conference/Pre-Eligibility/Preliminary Meeting shall be through

online teleconferencing or videoconferencing using the Microsoft Teams platform. Please be guided by the following:

Instructions to Participating Suppliers/Bidders

Participating bidders are requested to submit their contact information and email addresses to be used for the videoconferencing to [email protected], at least one (1) day before the conduct of activity for the sending of meeting invitation.

Instructions to Participating Suppliers/Bidders

Only one (1) authorized representative from the participating bidder shall have access privilege

in the videoconference proceedings to easily monitor and facilitate the conduct of the activity.

The same email address submitted by the participating bidder shall be used by the BSP in sending the Microsoft Teams meeting invitation for the Conference/Meeting proper.

Note: In case the participating bidder/supplier was not able to submit its email to the BAC-Secretariat in advance, it may still join the videoconferencing by submitting an email to the BAC-Secretariat at least thirty (30) minutes before the time of the Pre-Bid Conference. The participating bidder shall be responsible in ensuring that it has the required Microsoft Teams/capable facility/device to successfully connect to the Microsoft Teams Meeting Room.

2. Representatives of the bidders shall be prepared to log-in and are advised to be on standby

at least twenty (20) minutes before the start of the Conference/Meeting to check if connection to Microsoft Teams is successful. Failure to join on the set date and time shall be marked as late and shall constitute as waiver to be present for the activities that have lapsed until he/she joined the meeting.

3. Additional Reminders:

• In order to properly acknowledge the bidders participating in the Conference/Meeting for records purposes, bidders are advised at the start of the activity to turn on the Video of the laptops or mobile devices being used. After the BAC/BAC-Secretariat has completed the roll call, participants to the videoconferencing will be requested to turn off the Video to avoid possible lags in connection.

• In joining the videoconferencing, prospective bidders are requested to indicate their respective full/complete name and the company being represented.

• For orderly conduct of the conference, answering of queries/requests for clarification will be done per bidder/supplier. In case there will be follow-up queries, the same can be done after all the bidders/suppliers have been called.

CONNECTION TO MICROSOFT TEAMS FACILITY

USING DESKTOP PC/LAPTOP

1. To join the Microsoft Teams session, click the link provided in the meeting invite. It will open a web browser and redirect you to Microsoft Teams.

2. On the login page, enter your name and e-mail address then click “Join” 3. Click “Join from your browser” at the bottom page to redirect to online meeting room. 4. Click the drop-down button at the bottom of the screen and choose “Use computer

for audio”. 5. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with password,

enter the password provided in the e-mail.

USING SMART PHONE

1. To join the Microsoft Teams session, open Google Play Store (Android) or App Store (iPhone).

2. Search and Install “Microsoft Teams”. 3. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join

Meeting”. 4. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID

will be provided by the host via e-mail or message. 5. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter the

password provided by the host.

ANNEX C

GUIDELINES IN THE SUBMISSION OF BIDS (MANUAL AND ELECTRONIC) AND OPENING OF BIDS

Prospective bidders have the option to submit their bids MANUALLY (physical or hard copy) OR ELECTRONICALLY (online transmittal). However, bidders cannot avail of both methods. MANUAL SUBMISSION OF BIDS:

1. The address for submission of hard copy of bids is at Gate 3, Bangko Sentral ng Pilipinas, A.

Mabini, corner P. Ocampo Sr. Sts., Malate, Manila. Bid boxes are situated at the reception area of Gate 3 where bids can be dropped.

2. As precautionary measure, participating bidders are strongly advised to wrap/enclose their respective bidding documents with plastic, preferably clear, to facilitate disinfection/sanitation and quick evaluation on the proper sealing and marking of bid envelopes.

3. The schedule of the submission of bidding documents/eligibility documents/BAFO shall be on the date and time as indicated in the Invitation to Bid/Request for Expression of Interest or Bid Bulletins issued. Bidders are advised to submit their documents at least thirty (30) minutes before the scheduled deadline of submission to allow time for possible queuing due to conduct of thermal scanning, and for sanitation of the bid envelope(s) and transit of the documents to the designated bidding room.

4. As social distancing measure, Bid Box(es) will be strategically placed at Gate 3 of BSP-HO for dropping/submission of bid documents.

5. The representative of the bidder or courier service provider shall fill-up the Bid Submission Form available at the reception area at Gate 3 which shall be attached to the bid documents to be submitted.

6. The procedures on the submission of bids under the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184 (2016 Revised IRR) shall continue to be observed.

Note: Pursuant to Section 25.9 of the 2016 Revised IRR of RA No. 9184, Unsealed and/or Unmarked bids shall be rejected.

ELECTRONIC SUBMISSION OF BIDS

A. ELECTRONIC SUBMISSION (E-DOCUMENTS) COMPRISING THE BID

1. The e-documents comprising the bids are: (i) ELIGIBILITY AND TECHNICAL

DOCUMENTS/PROPOSALS (ENVELOPE NO.1); and (ii) FINANCIAL DOCUMENTS/PROPOSAL (ENVELOPE NO.2).

2. The specific documents for each envelope shall be as enumerated in the Checklist of Requirements for Bidders.

3. For organized submission of bids and checking thereof, the bidders shall observe the following procedures:

3.1 Fill-out all bid forms, convert the same in PDF or scanned format and affix electronic signatures (e-signatures) in specified portions of the forms. Photographed documents in JPG or PNG files are acceptable; provided that, these are clear and readable and comply with the procedures below.

3.2 Save the documents as separate files and name each file as follows: (i) “E-doc1, E-doc2” and so on for ELIGIBILITY AND TECHNICAL DOCUMENTS/PROPOSALS (Envelope 1); and (ii) “F-doc1”, “F-doc2”, and so on for the FINANCIAL DOCUMENTS/PROPOSAL (Envelope 2). Do not scan the documents into one (1) continuous document file.

3.3 Save, copy or transfer all electronic documents in separate compressed/zipped folders, entitled or named, as follows: a. “ENVELOPE1” (for the ELIGIBILITY DOCUMENTS AND TECHNICAL PROPOSAL

FOLDER); and b. “ENVELOPE2” (for the FINANCIAL PROPOSAL FOLDER).

3.4 Arrange the documents in the order of enumeration in the Checklist of Requirements for Bidders.

3.5 Input different electronic keys or passwords for ENVELOPE1 and ENVELOPE2 ZIPPED FOLDERS to prevent accidental or premature opening thereof. ENVELOPE3 ZIPPED FOLDER does NOT need to have a password. Bid envelopes containing the same electronic key or password shall be rated as “FAILED”.

3.6 ENVELOPE1 AND ENVELOPE2 WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORD shall be considered as unsealed bid submissions and not complying with the two (2)-factor security

procedure,2 and hence, shall be rejected during the opening of bids. However, bid envelopes that are not properly compressed and password-protected, as required in the Bidding Documents, shall be accepted, provided that the bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC shall assume no responsibility for the misplacement of the contents of the

improperly compressed or password-protected folder, or for its premature opening.3

3.7 Zipped electronic bid folders to be submitted can be opened using the 7-zip compression tool.

3.8 Ensure that the bid envelopes are compressed and password-protected. In case the submitted electronic bid envelopes are not in compressed format and/or not password protected, the bidder may submit new electronic bid envelopes which shall be considered as “modification” of bids, following the procedures under Section 7.6 of herein Guidelines.

3.9 Compressed or zipped folder and password protected electronic bid documents should be submitted to [email protected] prior to the time of bid opening. Bidders are encouraged to submit the electronic bid documents at least two (2) hours prior to the time of bid opening in order to ensure receipt of documents by the BAC-Secretariat within the deadline set for the submission of bids

3.10 The bidder should receive an Electronic Acknowledgement Receipt (EAR) in every successful submission of electronic bid documents as proof that its bid/s had/have been received by the Bid Recipient. Kindly contact the Bid Recipient (BAC Secretariat) in case no EAR was received within thirty (30) minutes from sending.

3.11 In case of email bounce or quarantine notification, the bidder shall immediately send an email to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject matter – SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and append a screen shot of the notification or forward the message indicating that the email had not been received.

2 As required under GPPB Resolution No. 09-2020, Section 4.2 which provides:

“Bid submission may be done through any electronic means available to the [Procuring Entities], provided that the same: a. Uses a two-factor security procedure consisting of an archive format compression and password protection to ensure the security,

integrity and confidentiality of the bids submitted; xxx. 3 Pursuant to GPPB-Resolution No. 09-2020, which revised Section 25.9 of the 2016 Revised IRR.

For inquiries on the submission and dropping of bids/eligibility documents/BAFO, the BAC-Secretariat may be reached at (632)(5)306-2798/2800/3075.

B. ELECTRONIC SIGNATURE 1. Whenever required in specified portions of the response or bid forms, particularly in the

FINANCIAL PROPOSAL E-DOCUMENTS, the e-signature of the Bidder or the Bidder’s Authorized Representative shall be affixed in the document.

2. The scanned actual signature of the authorized representative of the prospective bidder,

cropped and pasted handwritten signatures, adobe-created signatures, unique figures and symbols and stamped signatures are ACCEPTABLE as e-signatures. Provided, that original documents not using digital signatures shall be transmitted during contract execution. However, text-typing the name of the bidder and/or the words “SGD. or ORIGINAL SIGNED” and the like without distinctive features are NOT ACCEPTABLE.

3. An electronically signed document submitted by the bidder shall be presumed to belong to that of the bidder if signed by its duly authorized representative and sent to the e-mail of the Bid Recipient.

C. TIME AND MANNER OF SENDING AND RECEIPT OF E-DOCUMENTS

1. The deadline for the submission of bids shall observe the time indicated in the official

website of BSP.

2. The actual time of bid submission shall be the “time received” by the Bid Recipient as indicated in the Electronic Acknowledgment Receipt (EAR). In case of delayed time stamp in the EAR, the bidder shall inform the BAC- Secretariat that the e-mail was sent before the deadline for submission of bids. The Bid Recipient shall seek the assistance of the BSP-Information Technology (BSP-IT) in validating the actual time of receipt by the BSP e-mail gateway server. The bidder may also call/inquire with the BAC-Secretariat to confirm if sending has been successful in case no EAR has been received within thirty (30) minutes from sending.

3. The designated Bid Recipient shall have an EAR to document official receipt of the bid submission. The EAR or e-mail acknowledgment shall serve as proof by the bidder that its bid had been received by the Bid Recipient. Without an EAR, the bidder shall immediately contact the Bid Recipient or the BAC Secretariat. The EAR shall be evidence ONLY of the electronic bid submission and receipt thereof, and NOT of the completeness, correctness and veracity of the contents of the electronic bid, which shall be determined during preliminary examination of bids, bid evaluation and/or post-qualification. It is also the responsibility of the bidder to ensure that the e-mail to be sent contains the required attachments.

4. In instances where automatic EARs were not generated despite successful submission and receipt of the electronic bid envelopes, or in case of quarantined e-mails, the Bid Receiver may also issue a Manual Acknowledgement once the submission was confirmed from the BAC-Secretariat mail and/or from BSP-IT.

5. In case of e-mail bounce or quarantine notification, the bidder shall immediately send an e-mail to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject matter – SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and append a screen shot of the notification or forward the message indicating that the e-mail had not been received. A bounced e-mail shall NOT be considered as having been received; while a quarantined e-mail before the deadline for submission of bid shall be considered as having met the

deadline.4

6. The subject matter of the e-mail shall state the short title of the requirement to be procured as stated in the procurement opportunity, name of bidder (all caps) and the folder and batch number of the documents sent (e.g. ENVELOPE1-first batch of three-1/3).

7. Similar to manual submission of bids, the bidders shall submit ENVELOPE 1 AND ENVELOPE 2 COMPRESSED/ZIPPED FOLDERS simultaneously or in one (1) e-mail sending. If the file will exceed the designated limits, the submitted files may be sent in batches. In case of several sending of batches or folders, the time indicated in the EAR for the last batch or folder shall

be the time of receipt of the bid.5

4 Illustration. Assume: Deadline of submission of bids is 2:00 p.m.

SUBMITTED ENVELOPES

Time of Sending Time of Receipt WITHIN/BEYOND DEADLINE

ENVELOPE 1 & ENVELOPE 2

1:50 P.M. 1:51 P.M. E-MAIL BOUNCE NOTIFICATION

Within deadline * The quarantine notification shall mean

that the e-mail reached the designated e-mail account at 1:59 P.M. The quarantined e-mail shall be considered as the bid submission and not the e-mail sending as of 2:01 P.M.

1:55 P.M. (resending) 1:55 P.M. E-MAIL BOUNCE NOTIFICATION

1:58 P.M.(resending) 1:59 P.M. QUARANTINE NOTIFICATION

1:59 P.M.(resending) 2:01 P.M. EAR

5 Illustrations. Assume: Deadline of submission of bids is 2:00 p.m.

SUBMITTED ENVELOPES

Time of Sending Time of Receipt (EAR Time) WITHIN/BEYOND DEADLINE

1. ENVELOPE1 & ENVELOPE2

1:59 P.M 2:00 P.M. Within deadline

2. ENVELOPE1 1:58 P.M. 1:59 P.M. Beyond deadline

ENVELOPE2 2:01 P.M 2:01 P.M.

3. ENVELOPE 1 1:00 P.M.

1:01 P.M.

Within deadline (if BSP IT confirms receipt through the BSP gateway server on or before 2 P.M.

If no EAR: Call BAC Sec as this means non-receipt

ENVELOPE 2 1:50 P.M. (resending)

If no EAR: Call BAC Sec as this means non-receipt

1:59 P.M. (resending) 2:01 P.M.

4. ENVELOPE1 1:58 P.M. 1:58 P.M. Within deadline *(ENV.3 is not part of bid submission)

ENVELOPE2 1:59 P.M. 2:00 P.M.

ENVELOPE3 2:00 P.M 2:01 P.M.*

8. To avoid the tampering or alteration of electronic documents, files shall be sent as

attachment/s to the e-mail and not through a file sharing link. All eligibility and technical documents/proposals bid documents must be submitted as one file including the required brochures, manuals, etc., unless such submission will exceed the file size limit.

9. The BSP system can accommodate attachments with file size limit of up to 100MB. If the bidder’s e-mail has a smaller file size limit (e.g., in case of free mails, such as gmail and yahoomail), it may send files in batches.

10. Bidders shall submit their bids to the e-mail of Bid Recipient as indicated in the posted procurement opportunity. It is encouraged that submissions be made at least two (2) hours prior to the time of bid opening in order to ensure receipt of documents by the Bid Recipient within the deadline set for the submission of bids.

D. MODIFICATION AND WITHDRAWAL OF BIDS

1. As with manual submission, bidders may modify or withdraw their bid at any time before the deadline for the submission and receipt of bids. Where a bidder modifies its bid, it shall not be allowed to retrieve its original bid and shall only be allowed to submit another. For electronic bid submission, bidders shall send another bid equally secured, properly identified, and labelled as a “modification” of the one previously submitted. The time indicated in the latest electronic acknowledgment receipt (EAR) shall be the official time of submission. Bids submitted after the deadline shall not be accepted.

2. In modifying the bid, the bidder may send the ENTIRE FILE/S or FOLDER/S or the particular

document being modified. Bidders modifying their bids shall still observe the manner of submission of the original bid or particular document being modified.

3. Bid documents submitted electronically can only be modified electronically. In the same

manner, bids submitted manually can only be modified manually. Manual bid modification shall follow the procedures provided for under Section 26 of Rep. Act No. 9184 and its IRR.

4. For various sending or re-sending of electronic bids from the same bidder or from different Bidder’s Authorized Representatives, the LATEST SENDING meeting the deadline for the submission of bids shall be construed as the submitted bid, it being the manifestation of the latest intent of the bidder.

OPENING OF BIDS

A. ATTENDANCE AND PRELIMINARIES 1. Bidders shall be prepared to login in the tele/videoconferencing facility of the BSP at least

twenty (20) minutes before the scheduled deadline and opening of bids. Failure to join on

the set date and time shall be marked as late and shall constitute a waiver to be present for the activities that have lapsed until he/she joined the meeting.

2. Only one (1) bidder’s authorized representative shall have access privilege to participate in the tele/videoconference proceedings. However, depending on the nature of item being procured, additional representatives may be allowed (e.g., when local and principal firms will be attending the pre-bid conference or in case of joint ventures).

3. Representatives of the bidders shall be prepared to login and are advised to be on standby at least twenty (20) minutes before the scheduled deadline and opening of bids to check if connection to Microsoft Teams is successful. Failure to join on the set date and time shall be marked as late and shall constitute a waiver to be present for the activities that have lapsed until he/she joined the meeting. The bidder cannot question activities that were conducted in his/her absence.

4. Immediately after the stated deadline for submission of bids, but before the opening thereof, the Bid Recipient shall provide access to the electronic documents submitted by all bidders to the account processor/s who had been designated as the Bid Opener/s. To facilitate the conduct of the opening of electronic bid documents and to address access issues by the Bid Opener/s, if any, access may also be given to the Bid Opener/s thirty (30) minutes before the schedule of opening of bids.

5. The BAC Secretariat shall proceed with the roll call to record the attendance and determine the presence of a quorum.

6. Thereafter, the BAC shall officially announce the start of the bid opening.

B. INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS PLATFORM

1. The conduct of opening of bids/eligibility documents/BAFO shall be through videoconferencing using the Microsoft Teams platform. Please be guided by the following:

Instructions to Participating Suppliers/Bidders

Participating bidders are requested to submit their contact information and email addresses to be used for the videoconferencing to [email protected] at least one (1) day before the scheduled meeting necessary for the sending of meeting invitation. Only one (1) authorized representative from the participating bidder shall have access privilege in the videoconference proceedings to easily monitor and facilitate the conduct of the activity. The same email address submitted by the participating shall be used by the BSP in sending the Microsoft Teams meeting invitation for the Opening of Bids proper.

Instructions to Participating Suppliers/Bidders

Note: In case the participating bidder/supplier was not able to submit its email to the BAC-Secretariat in advance, it may still join the videoconferencing by submitting an email to the BAC-Secretariat at least thirty (30) minutes before the time of the Opening of Bids. The participating bidder shall be responsible in ensuring that it has the required Microsoft Teams application/capable facility/device to successfully connect to the Microsoft Teams Meeting Room.

C. CONNECTION TO MICROSOFT TEAMS PLATFORM

USING DESKTOP PC/LAPTOP

a. To join the Microsoft Teams session, click the link provided in the meeting invite. It

will open a web browser and redirect you to Microsoft Teams. b. On the login page, enter your name and e-mail address then click “Join” c. Click “Join from your browser” at the bottom page to redirect to online meeting

room. d. Click the drop-down button at the bottom of the screen and choose “Use computer

for audio”. e. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with

password, enter the password provided in the e-mail. USING SMART PHONE

a. To join the Microsoft Teams session, open Google Play Store (Android) or App Store

(iPhone). b. Search and Install “Microsoft Teams”. c. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join

Meeting”. d. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID

will be provided by the host via e-mail or message. e. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter

the password provided by the host.

D. OPENING OF ELIGIBILITY AND TECHNICAL DOCUMENTS (Envelope No. 1)

1. The BAC Secretariat shall announce the list of participating bidders and their respective mode of submission of bids, i.e., electronic or manual. Manually submitted bids shall be opened first before the electronically submitted bids.

2. The BAC Chairperson shall then motion to open and conduct eligibility check, examination of technical documents and recording of the manually submitted bid/s, if any.

3. While opening of manually submitted bids is ongoing, the BAC Chairperson shall give the go-signal for sending of the password for “ENVELOPE1” by the online bidders, through online chat or thru e-mail directly to the BAC, BAC Secretariat and Bid Opener/s.

4. After receipt of the password for “ENVELOPE1”, the electronic documents shall be opened. If ENVELOPE1 cannot be opened by anyone, the bidder shall be permitted to re-submit its password up to a maximum of three (3) chances, WITHOUT SENDING ANOTHER FILE and only while the proceeding for opening of ENVELOPE NO. 1 is still ongoing.

5. Electronic bid folders shall automatically undergo virus or malware scanning. If “cleaning” of the electronic documents by the existing BSP anti-virus system is successful, the said documents can be accepted and opened. Otherwise, the bid shall be declared as “FAILED”. Disqualification of the bid shall also apply for those bid submissions which already have undergone “cleaning” but certain pages turned-out to be corrupted. Thus, if the e-document could not be opened, is corrupted or truncated or infected by a virus or malware even if scanned, the e-document shall be rated as “FAILED”.

6. The Bid Opener/s shall confirm receipt of particular e-documents by enumerating them in the order that they are received. The bidders shall have the opportunity to confirm or raise questions on the enumeration of documents.

7. In order to ensure that the electronic bid envelopes submitted through e-mail are the same electronic bid envelopes being opened, the file properties of the bid envelopes may be shown to the bidders before the actual opening thereof.

8. Thereafter, the checking of eligibility and technical documents and recording of e-documents shall be undertaken by the Bid Opener/s in accordance with the procedure for preliminary examination of bids under Section 30 of the IRR.

9. As similarly observed during the manual submission of bids, Bid Opener/s shall indicate his/her readiness to make a presentation of the opened eligibility and technical documents and be allowed by the BAC Chairperson to proceed.

10. Details of each document received shall be read by the Bid Opener and flashed on screen. Bidders may raise questions on the documents.

11. The BAC Chairperson shall announce the names of the bidders whose bids have been rated as “PASSED”. Bidders whose eligibility and technical documents/proposals have been rated “PASSED” shall be on stand-by for the opening of the Financial Documents. Bidders whose eligibility documents were rated “FAILED” may remain as observers.

E. OPENING AND EVALUATION OF FINANCIAL DOCUMENTS (Envelope No. 2)

1. Manually submitted financial proposals shall be opened first before electronically submitted proposals.

2. The BAC Chairperson shall then motion to open and conduct preliminary evaluation and recording of the manually submitted financial proposal, if any.

3. The eligible bidders shall then send the password for “ENVELOPE2” in the same manner

that passwords were sent for “ENVELOPE1”.

4. After receipt, the Bid Opener/s shall then proceed to open the Financial Proposals of the eligible bidders.

5. The same procedures in “ENVELOPE1” shall be observed in the presentation or reading of

“ENVELOPE2”.

6. After each presentation, the Bid Opener shall enumerate and present the submitted financial proposals of the Bidders from the lowest to the highest bid.

7. If there are no issues involved, the BAC Chairperson shall adjourn the conduct of

examination of bids and excuse the participating bidders. The Abstract of Bids as read, and the minutes of the bid opening shall be prepared and be made available to the participating bidders and the public upon written request.

8. The BAC may proceed with the conduct of detailed evaluation of bids on the same day as the bid opening date, or set the conduct of bid evaluation to another date and time pursuant to Sections 32 and 33 of the 2016 Revised IRR.