You are on page 1of 44

PHILIPPINE RECLAMATION AUTHORITY

7TH FLR. LEGASPI TOWERS 200 BLDG.


107 PASEO DE ROXAS, MAKATI CITY

ELIGIBILITY DOCUMENTS

Procurement of
CONSULTANCY SERVICES
for the Preparation of
Feasibility Study (FS), Environmental
Impact Study (EIS) and Terms of
Reference (TOR) for the procurement
of consultancy services for the Detailed
Engineering Design (DED) of the
Proposed Forty (40) Hectare
BASECO Reclamation Project

PBCONS -18-001
TABLE OF CONTENTS

PART I

SECTION I. REQUEST FOR EXPRESSION OF INTEREST .................... 3


SECTION II. TERMS OF REFERENCE ...................................................... 6
SECTION III. ELIGIBILITY DOCUMENTS ............................................ 21
SECTION IV. ELIGIBILITY DATA SHEET ............................................. 28
SECTION V. ELIGIBILITY FORMS ......................................................... 33
SECTION VI. CHECKLIST OF ELIGIBILITY DOCUMENTS .............. 42

2
Section I. Request for Expression of
Interest

3
Request for Expression of Interest
Consultancy Services for the Preparation of Feasibility Study (FS), Environmental
Impact Study (EIS) and Terms of Reference (TOR) for the Detailed Engineering (DED)
of the Proposed Forty (40)-Hectare BASECO Reclamation Project (PBCONS 18-001)
(Reposting)

1. The Philippine Reclamation Authority (PRA), through its 2018 Corporate Operating Budget
(COB), intends to apply the sum of Philippine Pesos: Nineteen Million Seven Hundred
Fifty-Eight Thousand Five Hundred Sixty-Four & 00/100 (Php19,758,564.00) being the
Approved Budget for the Contract (ABC) to payments under the contract for the
Consultancy Services for the Preparation of Feasibility Study (FS), Environmental
Impact Study (EIS) and Terms of Reference (TOR) for the Detailed Engineering (DED)
of the Proposed Forty (40)-Hectare BASECO Reclamation Project. Bids received in
excess of the ABC shall be automatically rejected at the opening of the financial proposals.

2. The PRA now calls for the submission of Expression of Interest for the Consultancy Services
for the Preparation of Feasibility Study (FS), Environmental Impact Study (EIS) and Terms
of Reference (TOR) for the Detailed Engineering (DED) of the Proposed Forty (40)-Hectare
BASECO Reclamation Project. Interested consultants must submit their Expression of
Interest to secure the Eligibility Documents from Monday to Friday at 8:00 AM to 5:00
PM from June 29 to July 10, 2018 and on Wednesday, July 11, 2018 from 8:00 AM to
9:00 AM at the PRA Office, 7th Floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas
Street, Legaspi Village, Makati City.

3. Consultants who secured Eligibility Documents must submit their accomplished Eligibility
Documents on or before Wednesday, July 11, 2018 at 9:00 AM at the PRA Office lobby,
7th Floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas Street, Legaspi Village, Makati
City. The Opening of the Eligibility Documents will be on the same date at 9:30 AM at the
PRA Conference Room, 6th Floor Legaspi Towers 200 Bldg., 107 Paseo de Roxas Street,
Legaspi Village, Makati City. Applications for eligibility will be evaluated based on a non-
discretionary “pass/fail” criterion.

4. The PRA Bids and Awards Committee 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 Republic Act 9184 (RA 9184), otherwise known as the “Government
Procurement Reform Act”, and its implementing Rules and Regulations (IRR). The short list
shall consist of at most five (5) prospective consultants who will be entitled to submit bids.
The criteria and rating system for shortlisting of eligible consultants are as follows:

Criteria Score
Similar Experience of the Firm 35 points
Qualification of the Key Personnel to be assigned to the Project 40 points
Firm’s Job Capacity 25 points
Total 100 points

The Consultant(s) must pass the required minimum score of seventy (70) points to be
shortlisted.

4
5. The Consultant must be a reputable firm with at least ten (10) years of consulting business
operation. In case of a Joint Venture (JV) or Consortium/Consortia, each member firm should
have at least ten (10) years of consulting business.

6. The Eligibility Documents are free of charge. However, Shortlisted Consultants may
purchase the Bidding Documents at a non-refundable fee of Twenty Five Thousand Pesos
(Php25,000.00) at the PRA Office, in the same address as above.

7. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the IRR of RA 9184.

8. Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or


organizations with at least sixty (60%) percent interest or outstanding capital stock belonging to
citizens of the Philippines.

9. The PRA shall evaluate bids using the Quality-Cost Based Evaluation (QCBE) procedure.
The PRA shall indicate the weights to be allocated for the Technical and Financial Proposals.
The criteria and rating system for the evaluation of bids shall be provided in the Instructions
to Bidders.

10. The contract shall be completed within one hundred eighty (180) calendar days reckoned
from receipt of the Notice to Proceed to be issued to the consultant.

11. The PRA reserves the right to reject any and all bids, annul the bidding process, or not award
the contract at any time prior to contract award, without thereby incurring any liability to the
affected bidder or bidders.

12. For further information, please refer to:

ATTY. KAREN A. VILLAMIL


Chairperson, Bids and Awards Committee
7th Floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas St.,
Legaspi Village, Makati City
Tel No. (02)459-5000; Facsimile No. (02)894-2464
www.pea.gov.ph

June 29, 2018

(Signed Original)
KAREN A. VILLAMIL
BAC Chairperson

5
Section II. Terms of Reference

6
Terms of Reference

Consultancy Services for the Preparation of Feasibility Study (FS),


Environmental Impact Study (EIS) and Terms of Reference (TOR) for the
procurement of consultancy services for the Detailed Engineering Design
(DED) of the Proposed Forty (40)-Hectare BASECO Reclamation Project

1. PROJECT INFORMATION

The Project. The Philippine Reclamation Authority (PRA) hereinafter referred to as


“the Procuring Entity” intends to apply the sum of Nineteen Million Seven Hundred
Fifty Eight Thousand Five Hundred Sixty Four & 00/100 Pesos (PhP
19,758,564.00) as an Approved Budget for the Contract (ABC) under Philippine
Reclamation Authority’s Corporate Operating Budget (COB) for CY 2018 for the
Consultancy Services for the Preparation of Feasibility Study (FS),
Environmental Impact Study (EIS) and Terms of Reference (TOR) for the
procurement of consultancy services for the Detailed Engineering Design
(DED) of the Proposed Forty (40)-Hectare BASECO Reclamation Project
located in Port Area Manila” and hereinafter referred to as “the Project”.

The Approved Budget for the Contract (ABC) is the ceiling for acceptable bids. Bids
higher than the ABC shall be automatically rejected.

1.1. Procurement and Contract Implementation. The Procurement of Consultancy


Services for the Preparation of Feasibility Study (FS), Environmental Impact
Study (EIS) and Terms of Reference (TOR) for the procurement of consultancy
services for the Detailed Engineering Design (DED) of the Proposed Forty (40)-
Hectare BASECO Reclamation Project shall be governed by 2016 Revised
Implementing Rules and Regulations of R.A. No. 9184 otherwise known as the
Government Procurement Reform Act (hereinafter referred to as "IRR of R.A. No.
9184"), Annex “B” thereof which pertains to the General Principles on Consulting
Services, the contract agreement, including the Bidding Documents, among others.

2. PROJECT DESCRIPTION

2.1. Project Scope and Location

2.1.1. Fig 2.1 shows the location of the Proposed Forty (40) Hectare BASECO
Reclamation Project at the vicinity of Barangay 649. Zone 68 BASECO, Port
Area Manila. The proposed reclaimed area must have a final elevation of
+4.00 meters above Mean Low Low Water (MLLW).

7
LOCATION MAP

VICINITY MAP

KEY MAP

Figure 2.1 Project Location Site

2.2. General Project Objectives – “The Project” seeks to provide land platform through
reclamation to be utilized for mixed-use development to generate income for the
government and employment for the adjoining BASECO residents.

3. EXISTING CONDITION OF THE PRA TEN (10) HECTARE RECLAMATION PROJECT

3.1. In CY 2007, The Philippine Reclamation Authority or PRA (formerly Public Estate
Authority - PEA) was tasked by the President of the Philippines to implement a
reclamation project with an area of at least ten (10) hectares, more or less, for
industrial and commercial uses. Later, the Office of the President through its
Religious Affairs Office signified a change of use of the project for housing purposes.

3.2. The Project, known as BASECO Reclamation Expansion and Development Project
or BREDEP has been funded out of PRA corporate funds and bidded out pursuant to
R.A.9184 and its IRR in 2007 and awarded in 2008 to come up with a properly done
reclamation. It is adjacent to the 56-hectare land reclaimed by the City of Manila
which is being utilized for socialized housing to serve the needs of the original
BASECO residents/fire victims. However, this area was reported to be unstable and
not properly reclaimed.

3.3. To date, the existing BREDEP with an area of about three (3) hectares, more or less
at various elevations is continuously exposed to erosion due to wave action and
battered by strong waves every monsoon season cycle of the year causing massive
erosion of fill materials along the unprotected seaward frontage of the reclaimed land.

8
3.4. In order to complete the above-mentioned reclamation project, PRA proposed to
reclaim an additional area of 30 hectares contiguous the existing BREDEP which will
now have an aggregate area of 40 hectares, more or less.

4. OBJECTIVES OF THE TERMS OF REFERENCE (TOR) is for the purpose of bidding


out and contract for the procurement of Consultancy Services for the Preparation of
Feasibility Study (FS), Environmental Impact Study (EIS) and Terms of Reference (TOR)
for the procurement of consultancy services for the Detailed Engineering Design (DED)
of the Proposed Forty (40)-Hectare BASECO Reclamation Project. This TOR has the
following specific objectives:

4.1. Engage the services of the most qualified Consultant to undertake Preparation of
Feasibility Study (FS), Environmental Impact Study (EIS) and Terms of Reference
(TOR) for the procurement of consultancy services for the Detailed Engineering
Design (DED) of the Proposed Forty (40)-Hectare BASECO Reclamation Project.
and to submit the outputs as herein required;

4.2. Set the procedures that will be followed in the conduct of public bidding for eligibility
check, evaluation and award of the consultancy services contract;

4.3. Provide eligible bidder(s) / Consultant(s) with sufficient / necessary data and
information about the Project and instructions for the preparation and submission of
proposals;

4.4. Outline the detailed scope of work / consultancy services required, expected output
and timetable; and

4.5. Prescribe the terms and conditions of the consultancy services contract.

5. SCOPE OF WORKS UNDER THE CONSULTANCY SERVICES CONTRACT FOR


“THE PROJECT”

The Consultant shall undertake the following services:

5.1. Feasibility Study for the Reclamation Project – the Consultant shall undertake
Feasibility Study of the proposed reclamation project following the outline prescribed
by PRA (Annex “A”), among others.

5.2. Environmental Impact Study (EIS) - In compliance with the Philippine


Environmental Impact Statement System or PEISS, the Consultant shall conduct an
Environmental Impact Assessment and prepare the Environmnetal Impact Study
(EIS) in accordance with the Revised Procedural Manual of the Department of
Environment and Natural Resources (DENR) Administrative Order No. 30, series
2003 (DAO 2003-30) and relevant issuances. The EIS shall be submitted to DENR-
EMB for the purpose of securing and Environmental Compliance Certificate (ECC)
for the Project. The 40-hectare reclamation project is classified under Category A of
Environmentally Critical Project (ECP) in an Environmentally Critical Area (ECA),
therefore an EIS is required. The PRA being the proponent of the reclamation
project, shall assist the Consultant in the process and all activities from the filing of
the application until the issuance of the ECC.

9
5.3. Terms of Reference for the Preparation of Detailed Engineering Design – the
Consultant shall prepare Terms of Reference (TOR) for the procurement of
consultancy services for the Detailed Engineering Design for the Proposed Forty (40)
Hectare BASECO Reclamation Project.

6. Specific Output: Contents Of The Consultancy Services Contract Documents


At the end of the contract period, the Consultant shall submit to PRA in five (5) copies
and soft copies thereof on CD and Flashdrive containing each of the following plans,
reports and studies properly bounded and labeled with title blocks:

6.1. Feasibility Study (A4 size) - The Consultant shall submit a Feasibilty Study which
will contain, among others, the following

6.1.1. Project Title, Name and Company Profile


6.1.2. Project Objectives and Benefits
6.1.3. Conceptual Development Plan
a. Horizontal Control and Vertical Control Survey
b. Sketch Plan of the Final Land Form of the reclamation (drawn to an
appropriate scale in the Bureau of Lands (BL) Form with Technical
Description indicating the reference points and/or tie-line used duly
signed and sealed by a professional Geodetic Engineer); and,
c. Hydrographic/Bathymetric Survey Plan (36”x48”).
d. Topographic Map (36”x48”)
6.1.4. Proposed Land Use and Land Demand Analysis
6.1.5. Major Design Features
6.1.6. Traffic Study
6.1.7. Financial Aspects of the Project
a. Estimated Project Cost and Fund Sources
b. Financial Analysis
c. Estimated Project Revenues
6.1.8. Market Study
6.1.9. Preliminary Geo-technical Investigation/Technical Report - the final
report to be submitted shall contain the following:
a. Field and laboratory findings:
6.1.9.a.1. Boring logs
6.1.9.a.2. Laboratory test data
6.1.9.a.3. Cross-section(s)
b. Evaluator’s analysis, conclusions and recommendation with regards
to:
6.1.9.b.1. Type of foundation system
6.1.9.b.2. Allowable bearing capacity and depth of foundation
6.1.9.b.3. Settlements
6.1.9.b.4. Identification of geo-technical and seismic hazards
6.1.9.b.5. “site specific” ground motion evaluation (using a
maximum “credible” earthquake) and response spectra
development with comparison to simplified code-based
spectra [National Structural Code of the
Philippines(NSCP 2001)]
6.1.9.b.6. Ground water problem (if any)
6.1.9.b.7. Liquefaction hazard study
6.1.9.b.8. Slope stability analysis/computer modeling
c. Enhanced seismic evaluation based on the California Building Code
(CBC 2010) and the American Society of Civil Engineers (SACE-7

10
2005) and American Association of State Highway and Transportation
Officials (AASHTO, 2012). This involves performing a very
comprehensive probabilistic and deterministic seismic hazard
analysis. This will yield the following design figures/parameters/inputs:
6.1.9.c.1. Identification of fault/area sources within 500 km.
6.1.9.c.2. Multiple Maximum Considered Earthquake (MCE)
based response spectra
6.1.9.c.3. CBC/ASCE code-based spectra; AASHTO code
6.1.9.c.4. Design Spectra
6.1.9.c.5. Site categorization and seismic site-coefficients
6.1.9.c.6. Probabilistic site specific spectra (475, 975 and 2475
year return period)
6.1.9.c.7. “Site response evaluation” and development of at least
five time histories for performance based structural
evaluation
6.1.10. General Program of Work including Timetable
6.1.11. Operational Aspects of the Project
6.1.12. Economic Analysis of the Project
6.1.13. Environmental Consideration
a. Environmental Impact
b. Perception Study
6.1.14. Financial Proposal

6.2. Environmental Impact Study (EIS) (A4 size);


6.2.1. Basic Project Information
6.2.2. Description of the Project’s EIA Process
a. Terms of Reference of the EIA Study
b. EIA Team
c. EIA Study Schedule
d. EIA Study Area
e. EIA Methodology
f. Public Participation
6.2.3. Project Description
a. Project Location and Area
b. Project Rationale
c. Project Alternatives
d. Project Development Plan, Process/Technology Options and Project
Components (to include the anthropological, archaeological, historical
and heritage site conservation concerns pursuant to Section 33.5 of
the IRR of R.A. No 10066 otherwise known as The National Cultural
Heritage Act of 2009)
e. Description of Project Phases (Activities/Environmental Aspects,
Associated Wastes and Built-in Pollution Control Measures)
6.2.3.e.1. Pre-construction/ Pre-operational Phase
6.2.3.e.2. Construction/Development Phase
6.2.3.e.3. Operational phase
6.2.3.e.4. Abandonment phase
f. Manpower Requirements
g. Project Cost
h. Project Duration and Schedule

11
6.2.4. Baseline Environmental Conditions, Impact Assessment and Mitigation
a. The Land (Discuss only relevant modules)
6.2.4.a.1. Land Use and Classification
6.2.4.a.2. Pedology
6.2.4.a.3. Geology and Geomorphology
6.2.4.a.4. Terrestrial Biology
b. The Water (Discuss only relevant modules)
6.2.4.b.1. Hydrology & Hydrogeology
6.2.4.b.2. Oceanography
6.2.4.b.3. Water Quality
6.2.4.b.4. Freshwater Biology
6.2.4.b.5. Marine Biology
c. The Air (Discuss only relevant modules)
6.2.4.c.1. Meteorology
6.2.4.c.2. Air Quality and Noise
d. The People

6.2.5. Environmental Risk Assessment

6.2.6. Environmental Management Plan


a. Impacts Management Plan
b. Social Development Framework
c. IEC Framework
d. Emergency Response Policy and Generic Guidelines
e. Abandonment /Decommissioning /Rehabilitation Policies and Generic
Guidelines
f. Environmental Monitoring Plan
6.2.6.f.1. Self-Monitoring Plan
6.2.6.f.2. Multi-sectoral Monitoring Framework
6.2.6.f.3. Environmental Guarantee and Monitoring Fund Commitment
g. Institutional Plan for EMP Implementation

6.2.7. Engineering Geological and Geohazards Assessment Report


(EGGAR);
6.2.8. Bibliography/References
6.2.9. Annexes
a. Scoping Checklist
b. Original Sworn Accountability Statement of Proponent
c. Original Sworn Accountability Statement of Key EIS Consultants
d. Proof of Public Participation
e. Baseline Study Support Information
f. Impact Assessment and EMP Support Information

6.3. Preparation of Detailed Engineering Design Terms of Reference (TOR) The


Consultant shall prepare, and submit the Terms of Reference (TOR) in accordance
to Annex "A" of the Revised IRR of R.A. No. 9184 (8th edition GPPB) entitled
Detailed Engineering Requirements of Infrastructure Projects, applicable sections of
the Bid Documents, and pertinent DPWH guidelines and manuals.

6.4. Determine the appropriate organizational / management set-up for the project
implementation and submit a work breakdown schedule for the execution of the
entire project.

12
6.5. Description of Organizational Set-up for Project Management of Consultant to
Ensure Quality Output, Supervision, And Work (A4 size); and

6.6. All plans and documents to be submitted to PRA shall consist of hard bound copies
and electronic copy stored in a flashdrive and CD in format (.dwg. file of AutoCad
2018 or earlier, shp. file ArcGIS Desktop 10.2 , adobe acrobat pdf, tif, jpeg bmp for
images) while other reports and documents must be in ms office 2013 or later. The
detailed engineering plans prepared by the Consultant shall be approved by the
PRA.

7. Undertaking of the Consultant - For the preparation of Feasibility Study (FS),


Environmental Impact Study (EIS) and Terms of Reference (TOR) for the procurement of
consultancy services for the Detailed Engineering Design (DED) of the proposed Forty
(40) Hectare BASECO Reclamation Project, the CONSULTANT shall carry out following:

7.1. Preparation and submission of Feasibility Study, Environmental Impact Study and
Terms of Reference (TOR) for the procurement of consultancy services for the
Detailed Engineering Design;
7.2. Conduct consultations and focused group discussions with stakeholders as may be
required for the preparation of EIS; Prepare the TOR for procurement of consultancy
services for the DED in accordance with Republic Act 9184 and its Revised
Implementing Rules and Regulations and relevant DPWH guidelines and manuals.
7.3. Presentation of the FS, EIS, TOR to the PRA Management and PRA Board
approval;
7.4. Revisions of the output, if any, based on the comments and/or inputs of the PRA
Board and Management;
7.5. Provide technical assistance to the PRA for the evaluation of bid proposals and
other queries relative to the procurement of consultancy services for the DED.
7.6. Facilitate and assist the PRA in its application with the DENR for the issuance of the
ECC .

8. Contract Duration And Timetable - This Contract shall be effective for one hundred
eighty (180) calendar days, reckoned from the date of receipt of the Notice to Proceed by
the Consultant.

9. REPORTORIAL REQUIREMENTS - Throughout the duration of the contract, the


Consultant shall submit to PRA the following reports:

9.1. Inception Report – to be submitted within fifteen (15) calendar days from receipt of
Notice to Proceed (NTP), in five (5) copies containing the detailed work program and
methodology for the various plans / studies / output to be submitted. The PRA will
comment on the report, which the consultant will take into consideration in the
preparation of the plans / studies.

9.2. Monthly Progress Report – to be submitted forty-five (45) calendar days from
receipt of the NTP and every thirty (30) days thereafter, in five (5) copies showing
the progress of the consultancy work vis-à-vis the detailed work program submitted
in the Inception Report.

9.3. Draft Final Report – to be submitted one hundred fifty (150) calendar days from
receipt of Notice to Proceed (NTP) in five (5) copies for PRA review and comments.

13
9.4. Final Report – to be submitted fifteen (15) calendar days from receipt of the PRA
comments on the draft Final Report to be submitted together with all the other
required outputs as enumerated hereinabove; or on or before the end of the contract
or one hundred eighty (180) calendar days, whichever will come first, from receipt of
the NTP subject to PRA approval and acceptance.

10. Contract Price and Manner of Payment - The Contract Price shall be the amount
proposed by the winning Consultant for the project. Payment for services rendered shall
be made based on progress billing and in accordance with the following schedule:

10.1. Fifteen percent (15%) based on the total remuneration cost to be paid within seven
(7) days after the receipt of the Notice to Proceed (NTP) to cover the cost of
mobilization, which shall only be made upon the submission and acceptance of an
irrevocable standby letter of credit of equivalent value from a commercial bank, a
bank guarantee or a surety bond callable upon demand, issued by a duly licensed
surety or insurance company and confirmed by PRA. The said amount shall be
recouped by PRA by deducting twenty percent (20%) from the gross amount of any
particular billing submitted for payment by the CONSULTANT until fully paid.

10.2. Fifteen Percent (15%) of the Total Remuneration Cost upon acceptance of the
Inception Report.

10.3. Forty Percent (40%) of the Total Remuneration Cost shall be paid by PRA to the
Consultant upon submission to PRA of the draft Feasibility Study, Environmental
Impact Study (EIS) Documents, and TOR for the procurement of consultancy
services for the DED;

10.4. Twenty Five Percent (25%) of the Total Remuneration Cost shall be paid by PRA to
the Consultant upon submission to, and approval by PRA of the final Feasibility
Study, Environmental Impact Study (EIS) Documents, and TOR for the
procurement of consultancy services for the DED;

10.5. Twenty Percent (20%) of the Total Remuneration Cost shall be paid by PRA to the
Consultant upon issuance of the ECC by DENR for BASECO Reclamation Project
and Notice of Award has been made by PRA for the procurement of consultancy
services for the Detailed Engineering Design of the said project and issuance by
PRA of Certificate of Completion and Final Acceptance of the outputs:

11. Minimum Qualifications, Criteria And Weights For Eligibility Screening And
Shortlisting - The minimum qualifications of the consultants are the following:

11.1. The consultant must be a reputable firm with at least ten (10) years of consulting
business operation. In the case of Joint Venture (JV) or Consortium/Consortia, any
member firm should have at least ten (10) years of consulting business;

11.2. Similar contracts shall refer to completed consultancy contract/experiences


rendered to government agencies or private entities in the Philippines or abroad.
The description of similar consultancy contracts or projects are enumerated as
follows:

Field /Category
1. Feasibility Study for Reclamation Project
2. Environmental Impact Study for Reclamation Project

14
11.3. The similar contracts above-mentioned must have been completed by the
consultancy firm within the last ten (10) years from the deadline of the opening and
receipt of bids accomplished either in the Philippines or abroad. In case of joint
venture, the similar contracts must have been completed by any of the joint venture
partners within the period mentioned.

11.4. The consulting firm must be able to provide at least one (1) similar contract of either
of the above-mentioned consultancy fields / category or containing a combination of
both, where the total contract amount is not less than 50% of the ABC of the above-
mentioned consultancy services. In case of joint ventures, the similar contracts shall
be provided by any of the joint venture partners.

11.5. The key personnel who shall work for the project must meet the minimum
qualifications under Section 13 of the Terms of Reference.

11.6. Eligibility of prospective bidders shall be checked using non-discretionary “pass/fail”


criteria. The shortlist of bidders shall consist of at most five (5) prospective
Consultants who will be entitled to submit bids. The criteria and rating system for
shortlisting are as follows:

Criteria Maximum Points


Applicable experience of the Consultant 35
Qualifications of principals and key personnel of the firm 40
Job Capacity/Current Work Load 25
Total 100
The Consultant(s) must pass the required minimum score of seventy percent (70%)
to be shortlisted.

12. Bid Evaluation Methodology - In order to determine the Consultant with the Highest
Rated Bid, PRA shall conduct an evaluation of bids using the Quality-Cost Based
Evaluation Procedure in which the Technical and Financial Proposals of the bidders shall
be considered. The Technical and Financial Proposals shall be given the corresponding
weights as follows:
Criteria Score
Technical Proposal 85
Financial Proposal 15
Total 100

13. Professional Staff To Be Assigned To The Project - PRA requires the consultant to
create a project team to be composed of ten (10) qualified key staff with sufficient skills
and experiences necessary to undertake the range of task set out in this Terms of
Reference.

The list of proposed key staff is shown below. These key staff should be supported by
adequate technical support staff and administrative personnel.

15
Table 13.1 Quality Of Bidder’s Proposed Professional Personnel To Be
Assigned To The Project
.
Key Staff No. of Qualifications
Personnel

Project Manager 1 Licensed Civil Engineer/Architect with masteral degree in


any field of engineering or business and management
with Ten (10) years experience in the preparation of any
kind/type of feasibility study, Environmental Impact
Studies, and/or design consultancy of infrastructure
projects.
Senior Civil 1 Licensed Civil Engineer with a minimum of Five (5) years
Engineer experience in conduct of studies, design and
implementation of infrastructure consultancy projects.
Senior 1 Licensed Civil/Geotechnical Engineer with Five (5) years
Geotechnical/ experience in the conduct of technical studies, design
Soils Engineer and implementation of infrastructure consultancy
projects.
Senior Geologist 1 Licensed Geologist with at least Five (5) years of
experience in geological and geophysical studies for
infrastructure consultancy projects.
Sr. Specifications/ 1 Licensed Civil Engineer with minimum of Five (5) years
Quantity and experience as Specifications/ Quantity and Cost/ or
Cost/Contracts Contracts Engineer for infrastructure consultancy
Engineer projects.
Environmental / 1 Licensed Environmental Planner with Master of Arts in
Urban Planner Urban and Regional Planning and a minimum of Five (5)
/EIA Specialist years experience as Environmental Planner / EIA
/Specialist for infrastructre consultancy projects.
Social 1 Degree in Social Science e.g. Anthropology, Sociology,
Development Economics, Development or Human Geography with at
Specialist least Five (5) years of experience as Social Development
Specialist/Consultant.
Financial 1 Degree in Development Economics, Finance with a
Specialist minimum of Five (5) years experience as Financial
Consultant.
Marketing 1 Bachelors degree in Marketing with a minimum of Five
Specialist (5) years experience as Marketing Consultant.
Marine Biologist 1 Degree in Marine Biology with at least Five (5) years of
experience in Marine Biology Study/ consultancy.

16
ANNEX “A”
GUIDELINES IN THE PREPARATION OF A FEASIBILITY STUDY FOR RECLAMATION
PROJECTS

The Project Proponent shall be required to submit a Feasibility Study of the proposed
reclamation project which shall contain among others the following general information:

1. Project Tile, Name of Proponent and Company Profile

2. Project Objectives and Benefits

The objectives of the project should state what the project intends to accomplish and
the benefits to be derived and may be expressed in several levels:

- At the international level, the objectives of the project may be in terms of benefits
that the country may get in its existing relationships with other countries, i.e.,
increased trade, promotion of goodwill, more development assistance,
enhancement of the country’s image, etc.

- At the national level, the objectives may be in terms of obtaining national benefit,
like the hastening of the country’s economic development, alleviating poverty
through generation of more productive employment, promotion of equity and
social justice, etc.

- At the regional level, the objectives may be in terms 0f having a more balanced
growth among the country’s different regions through increased productivity for
lagging regions, a more effective land use design, a more equitable income
distribution among regions through generation of more productive employment,
etc.

- At the local level, the objectives may be in the form pf generating more jobs,
increasing business activity, increasing tax revenues, decongesting vital centers
and arteries of the project area’s vicinity, etc.

3. Conceptual Development Plan

This will describe the development concepts / criteria that will be observed and
adopted in the planning and construction of the project including a general description of the
development that will evolve in the area. The output would be a preliminary layout plan of the
40 hectares reclamation project showing the boundaries, ingress and egress primary and
secondary roads.

17
4. Location and Size to Include a Vicinity Map

The location of the proposed reclamation area shall be well identified and shown in a
vicinity map. The size of the proposed area to be reclaimed shall likewise be indicated
specifying its boundaries and coordinates (northing easting/technical description).

5. Proposed Land Use and Land Demand Analysis

A proposed preliminary land use plan considering highest and best use concept shall
be considered as basis for the land demand analysis for the reclaimed land shall be
presented showing its distribution for specific purposes, i.e., commercial, residential, open
spaces, industrial, roadway, etc. the rationale for such land use shall also be explained to
justify its merit and validity.

In case the reclamation project is just a component to be utilized for the operation of
another infrastructure development, e.g., port, industrial zone and other business operations,
the need to reclaim for such specific use/s must also be justified.

6. Major Design Features

The major design features of the project if any must be described and explained
including the need for specialized equipment, technology, or production process. At least
three (3) options of reclamation layout plans showing different land uses must be presented
including urban and/or architectural designs of the project, e.g., residential, commercial,
institutional, industrial, tourism and mixed-use development.

7. Financial Aspects of the Project

a. Estimated Project Cost and Fund Sources

The project proponent’s estimate of the reclamation, land development, and other
incidental cost must be presented in detail including intended sources of funds to be
used in the project. Cost analyses must be presented in terms of cost-effects of the
location of the project from sources of materials and available equipment and labor
required and accessibility to existing sources or provision of infrastructure support /
utilities, e.g., water, power, communication, drainage and other infrastructures,
required to ensure project viability.

b. Financial Analysis

A financial analysis of the project must be prepared showing the profit and loss
statement and the cash flow projections until the final year of the selling period of
serviced lots/ land and/or utilization of the reclaimed land including the financial
indicators, such as Benefit-Cost Ratio (B/C), Net Present Value (NPV) and the
Financial Internal Rate of Return (FIRR) to the investor to determine the financial
viability of the project and shall be subject further to financial sensitivity analysis
particularly on the project cost and land values. Assumptions and other bases of the
projections must also be presented.

18
c. Estimated Project Revenues

Estimate of revenues to be generated by the project from land sales and other
business models must be indicated including the revenue schedule and projections.

8. Market Study

This shall discuss the general plan for the marketing of the land and spaces to be
generated by the project defining its targets, strategies and pricing policies among others.

9. Preliminary Geotechnical and Engineering Study

This shall discuss the various conditions prevailing in the area and the general
environment; consider reclamation procedures, sources of materials, construction method
and other technical aspect of project planning, design and implementation.

10. General Program of Work including Timetable

The proposed work program by which the project’s sequence of operation will be
undertaken and the corresponding timetable showing the proposed time frames and
schedules must be given. A bar chart of a PERT/CPM diagram may be used.

11. Operational Aspects of the Project

The requirements for the project’s operations and maintenance must be described
and how many shall be managed or affected.

12. Economic Analysis of the Project

The cost/benefit analysis of the project must be presented to show the overall
feasibility and viability of the project. The project costs must also take into account social
costs such as the dislocation of residents, prevailing employment opportunities and other
intangibles and must be weighed against foreseen benefits and revenue consideration.

The overall justification for the project must be presented in this section to evaluate
its socio-economic soundness and acceptability of the project.

13. Environmental Consideration

a. Environmental Impact

Assessment of the impact of the project to the people and environment shall be
included in the study together with identification of adverse impacts and
corresponding mitigating measures.

19
b. Perception Study

A perception study must also be prepared and submitted together with Pre-Feasibility
Study using the survey format prepared by the EMB to get the opinions, comments,
or perception of the public or the people directly affected by the project.

14. Financial Proposal

Based on the financial aspects and the other factors contributing to the viability of the
project, this portion of the feasibility study must include the proposed mode of
implementation, whether joint venture, BOT and/or by administration using own and/or
borrowed funds. Under such mode/strategy, the proposal shall also indicate the share of the
Government from the reclamation project and/or possible income from the utilization of the
reclaimed land, as the case maybe, supported by a financial plan showing that after
deducting the share or matter considering the income of the Government, the Project
Proponent can still recover its investments and realize reasonable profit from reclamation
project or from the utilization of the reclaimed land. The financial proposal must also indicate
the terms and conditions and legal constitutional limitations.

15. Executive Summary

A brief description of the project in executive summary form shall be presented. The
summary should be able to give the reader a good grasp of what the project is all about, its
general feature and basic premises.

Additional information and analysis may be submitted by the proponent to support


and clarify further specific portions of the study.

oOo

20
Section III. Eligibility Documents

21
1. Eligibility Criteria
1.1. The following persons/entities shall be allowed to participate in the bidding
for Consulting Services:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the interest belongs to citizens of
the Philippines;

(c) Corporations duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the outstanding capital stock
belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines; or

(e) Persons/entities forming themselves into a joint venture, i.e., a group of


two (2) or more persons/entities that intend to be jointly and severally
responsible or liable for a particular contract: Provided, however, That
Filipino ownership or interest thereof shall be at least sixty percent
(60%). For this purpose, Filipino ownership or interest shall be based
on the contributions of each of the members of the joint venture as
specified in their JVA.

1.2. When the types and fields of Consulting Services involve the practice of
professions regulated by law, those who will actually perform the services
shall be Filipino citizens and registered professionals authorized by the
appropriate regulatory body to practice those professions and allied
professions specified in the EDS.

1.3. If the Request for Expression of Interest allows participation of foreign


consultants, prospective foreign bidders may be eligible subject to the
conditions stated in the EDS.

1.4. Government owned or –controlled corporations (GOCCs) may be eligible to


participate only if they can establish that they (a) are legally and financially
autonomous, (b) operate under commercial law, and (c) are not attached
agencies of the Procuring Entity.

2. Eligibility Requirements
2.1. The following eligibility requirements, together with the Eligibility
Documents Submission Form, shall be submitted on or before the date of the
eligibility check specified in the Request for Expression of Interest and Clause
5 for purposes of determining eligibility of prospective bidders:

(a) Class “A” Documents –

Legal Documents

22
(i) PhilGEPS Certificate of Registration and Membership in
accordance with Section 8.5.2 of the IRR, except for foreign
bidders participating in the procurement by a Philippine
Foreign Service Office or Post, which shall submit their
eligibility documents under Section 24.1 of the IRR, provided,
that the winning Consultant shall register with PhilGEPS in
accordance with Section 37.1.4 of the IRR;

Technical Documents

(ii) Statement of the prospective bidder of all its ongoing and


completed government and private contracts, including
contracts awarded but not yet started, if any, whether similar or
not similar in nature and complexity to the contract to be bid,
within the relevant period provided in the EDS. The statement
shall include, for each contract, the following:

(ii.1) the name and location of the contract;

(ii.2) date of award of the contract;

(ii.3) type and brief description of consulting services;

(ii.4) consultant’s role (whether main consultant,


subconsultant, or partner in a JV)

(ii.5) amount of contract;

(ii.6) contract duration; and

(ii.7) certificate of satisfactory completion or equivalent


document specified in the EDS issued by the client, in
the case of a completed contract;

(iii) Statement of the consultant specifying its nationality and


confirming that those who will actually perform the service are
registered professionals authorized by the appropriate
regulatory body to practice those professions and allied
professions in accordance with Clause 1.2, including their
respective curriculum vitae.

(b) Class “B” Document –

If applicable, the Joint Venture Agreement (JVA) in case the joint


venture is already in existence, or duly notarized statements from all
the potential joint venture partners in accordance with Section 24.1(b)
of the IRR of RA 9184.

2.2. 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

23
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.

2.3. Prospective bidders may obtain a full range of expertise by associating with
individual consultant(s) and/or other consultants or entities through a JV or
subcontracting arrangements, as appropriate. However, subconsultants may
only participate in the bid of one short listed consultant. Foreign Consultants
shall seek the participation of Filipino Consultants by entering into a JV with,
or subcontracting part of the project to, Filipino Consultants.

3. Format and Signing of Eligibility Documents


3.1. Prospective bidders shall submit their eligibility documents through their duly
authorized representative on or before the deadline specified in Clause 5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility
documents. In the event of any discrepancy between the original and the
copies, the original shall prevail.

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.

3.4. Any interlineations, erasures, or overwriting shall be valid only if they are
signed or initialed by the duly authorized representative/s of the prospective
bidder.

4. Sealing and Marking of Eligibility Documents


4.1. Prospective bidders shall enclose their original eligibility documents described
in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY
DOCUMENTS”. Each copy thereof shall be similarly sealed duly marking
the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These
envelopes containing the original and the copies shall then be enclosed in one
single envelope.

4.2. The original and the number of copies of the eligibility documents as indicated
in the EDS shall be typed or written in ink and shall be signed by the
prospective bidder or its duly authorized representative/s.

4.3. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

24
(b) bear the name and address of the prospective bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC specified in the EDS;

(d) bear the specific identification of this Project indicated in the EDS; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for
the opening of eligibility documents, in accordance with Clause 5.

4.4 Eligibility documents 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 documents
as submitted. The BAC shall assume no responsibility for the misplacement of
the contents of the improperly sealed or marked eligibility documents, or for
its premature opening.

5. Deadline for Submission of Eligibility Documents


Eligibility documents must be received by the Procuring Entity’s BAC at the address
and on or before the date and time indicated in the Request for Expression of Interest
and the EDS.

6. Late Submission of Eligibility Documents


Any eligibility documents submitted after the deadline for submission and receipt
prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the
Procuring Entity. The BAC shall record in the minutes of submission and opening of
eligibility documents, the Bidder’s name, its representative and the time the eligibility
documents were submitted late.

7. Modification and Withdrawal of Eligibility Documents


7.1. The prospective bidder may modify its eligibility documents after it has been
submitted; provided that the modification is received by the Procuring Entity
prior to the deadline specified in Clause 5. The prospective bidder shall not be
allowed to retrieve its original eligibility documents, but shall be allowed to
submit another set equally sealed, properly identified, linked to its original bid
marked as “ELIGIBILITY MODIFICATION” and stamped “received” by the
BAC. Modifications received after the applicable deadline shall not be
considered and shall be returned to the prospective bidder unopened.

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its


eligibility documents 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 eligibility
documents.

7.3. Eligibility documents requested to be withdrawn in accordance with this


Clause shall be returned unopened to the prospective bidder concerned. A
prospective bidder that withdraws its eligibility documents shall not be

25
permitted to submit another set, directly or indirectly, for the same project. A
prospective bidder that acquired the eligibility 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
eligibility documents.

8. Opening and Preliminary Examination of Eligibility Documents


8.1. The BAC will open the envelopes containing the eligibility documents in the
presence of the prospective bidders’ representatives who choose to attend, at
the time, on the date, and at the place specified in the EDS. The prospective
bidders’ representatives who are present shall sign a register evidencing their
attendance.

In case the submitted eligibility envelopes cannot be opened as scheduled due


to justifiable reasons, the BAC shall take custody of the said envelopes and
reschedule the opening on the next working day or at the soonest possible time
through the issuance of a Notice of Postponement to be posted in the
PhilGEPS website and the website of the Procuring Entity concerned.

8.2. Letters of withdrawal shall be read out and recorded during the opening of
eligibility documents and the envelope containing the corresponding
withdrawn eligibility documents shall be returned unopened to the
withdrawing prospective bidder.

8.3. The eligibility documents envelopes and modifications, if any, shall be opened
one at a time, and the following read out and recorded:

(a) the name of the prospective bidder;

(b) whether there is a modification or substitution; and

(c) the presence or absence of each document comprising the eligibility


documents vis-à-vis a checklist of the required documents.

8.4. The eligibility of each prospective bidder shall be determined by examining


each bidder’s eligibility requirements or statements against a checklist of
requirements, using non-discretionary “pass/fail” criterion, as stated in the
Request for Expression of Interest, and shall be determined as either “eligible”
or “ineligible.” If a prospective bidder submits the specific eligibility
document required, he shall be rated “passed” for that particular requirement.
In this regard, failure to submit a requirement, or an incomplete or patently
insufficient submission, shall be considered “failed” for the particular
eligibility requirement concerned. If a prospective bidder is rated “passed” for
all the eligibility requirements, he shall be considered eligible to participate in
the bidding, and the BAC shall mark the set of eligibility documents of the
prospective bidder concerned as “eligible.” If a prospective bidder is rated
“failed” in any of the eligibility requirements, he shall be considered ineligible
to participate in the bidding, and the BAC shall mark the set of eligibility
documents of the prospective bidder concerned as “ineligible.” In either case,

26
the BAC chairperson or his duly designated authority shall countersign the
markings.

9. Short Listing of Consultants


9.1. Only prospective bidders whose submitted contracts are similar in nature and
complexity to the contract to be bid as provided in the EDS shall be
considered for short listing.

9.2. The BAC shall draw up the short list of prospective bidders from those
declared eligible using the detailed set of criteria and rating system to be used
specified in the EDS.

9.3. Short listed consultants shall be invited to participate in the bidding for this
project through a Notice of Eligibility and Short Listing issued by the BAC.

10. 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.

27
Section IV. Eligibility Data Sheet

28
Eligibility Data Sheet
Eligibility
Documents
1.2 The Consultancy Services involves the Preparation of Feasibility Study
(FS), Environmental Impact Study (EIS) and Terms of Reference (TOR)
for the procurement of consultancy services for the Detailed Engineering
Design (DED). The key staff shall be composed of the following
professionals authorized by the appropriate regulatory body to practice
professions:

Years of
No. of
KEY STAFF Relevant
Personnel
Experience
Project Manager 10 1
Sr. Civil Engineer 5 1
Sr. Geotechnical/Soils Engineer 5 1
Sr. Geologist 5 1
Sr. Specifications/ Quantity and Cost/Contracts 5 1
Engineer
Environmental/ Urban Planner /EIA Specialist 5 1
Social Development Specialist 5 1
Financial Specialist 5 1
Marketing Specialist 5 1
Marine Biologist 5 1

1.3 No further instructions.

2.1(a)(ii) The statement of all ongoing and completed government and private
contracts shall include all such contracts within the last ten (10) years
prior to the deadline for the submission and receipt of eligibility
documents.

2.1(a)(ii.7) Acceptable proof of satisfactory completion of completed si m i l a r


contracts such as Certificate of Satisfactory Completion or Performance,
Official receipt of final payment of services rendered issued by
Client, Certificate of Completion/Acceptance, or Certificate of Services
Rendered issued by any three (3) government/private clients within the
last ten (10) years.
4.2 Each prospective bidder shall submit one (1) original and three (3) copies
of its eligibility documents.

4.3(c) The project procurement will be handled by the PRA Bids and
Awards Committee, as follows:

Atty. KAREN A. VILLAMIL


Chairperson – Bids and Awards Committee
7F Legaspi Towers 200, 107 Paseo de Roxas St. Legaspi Village, Makati
City

29
4.3(d) Consultancy Services for the Preparation of Feasibility Study (FS),
Environmental Impact Study (EIS) and Terms of Reference (TOR) for the
procurement of consultancy services for the Detailed Engineering Design
(DED) of the Proposed Forty (40)-Hectare BASECO Reclamation Project
at Barangay 649. Zone 68, Port Area Manila.

5 The address for submission of eligibility documents is 7th Flr., Legaspi


Towers 200, 107 Paseo De Roxas, Legaspi Village, Makati City 1226.

The deadline for submission of eligibility documents is 9:00 a.m. of July


11, 2018 .

8.1 The place of opening of eligibility documents is 6th Flr., Legaspi Towers
200, 107 Paseo De Roxas, Legaspi Village, Makati City, 1226.

The date and time of opening of eligibility documents is 9:30 a.m. of July
11, 2018.

9.1 Similar contracts shall refer to contracts with consultancy experiences


rendered to government agencies or private for the conduct of the
following consultancy services:

(1) Feasibility study for reclamation projects;


(2) Environmental Impact Study for a reclamation project;

The similar contracts above-mentioned must have been completed by the


consultancy firm within the last ten (10) years from the deadline of the
opening and receipt of bids. Accomplished either in the Philippines or
abroad. In case of joint venture, the similar contracts must have been
completed by any of the joint venture partners within the period
mentioned.

The consulting firm must be able to provide at least one (1) similar
contract of either of the above-mentioned consultancy fields / category or
containing a combination of both, where the total contract amount is not
less than 50% of the ABC of the above-mentioned consultancy services.
In case of joint ventures, the similar contracts shall be provided by any of
the joint venture partners.

The total contract cost of the completed similar contracts submitted by the
consultancy firm or joint venture shall be subject to evaluation.

9.2
The following criteria and their corresponding maximum points shall be
used in the shortlisting of consultants:
Criteria Maximum Points
1. Experience of the Firm 35
The firm must have satisfactorily completed the following consultancy
services:

30
(1) Feasibility Study for a reclamation project;
(2) Environmental Impact Study for a reclamation project; and
The experience of the firm shall be rated based on the aggregate cost of the two
(2) largest similar contracts as percentage of the ABC---- 35 points

Cost as % of ABC Points


100% or more 35
75% to <100% 30
50% to <75% 25

If the Firm has not completed at least 50% of the aggregate cost of the two (2)
similar contract/s, it shall be disqualified.
2. Qualifications of Principals and Key Personnel of the Firm 40
The principals and key personnel of the firm, as a whole, must meet the following
requirements:
Education (10)
Relevant Bachelor’s Degree, minimum requirement 8.0
Relevant Master’s Degree, additional point 1.0
Relevant Doctor’s Degree, additional point 0.5
Relevant Publications and Training, additional point 0.5
Experience (30)
Rating of Relevant Experience to be procured are as follows:
No. of Years of Relevant Experience Points
2.0 x min. no. required or more 30.0
(1.5<2.0) x min. yrs. required 25.0
(1.0<1.5) x min. yrs. required 20.0

The following weights of the key personnel required shall be used to reflect
the relative importance of their responsibilities and inputs in the contract
being procured:

Position Number Weight per Total Weight


of Personnel
Personnel
Project Manager 1 20.0% 20.0%
Senior Civil Engineer 1 12.0% 12.0%
Senior Geotechnical/ Soils 1 8.0% 8.0%
Engineer
Senior Geologist 1 8.0% 8.0%
Sr. Specifications/ Quantity 1 8.0% 8.0%
and Cost/Contracts Engineer
Environmental/ Urban 1 12.0% 12.0%
Planner/ EIA Specialist
Social Development Specialist 1 8.0% 8.0%
Financial Specialist 1 8.0% 8.0%
Marketing Specialist 1 8.0% 8.0%
Marine Biologist 1 8.0% 8.0%
TOTAL 10 100% 100%
Total Score, Qualifications of Principals and Key Personnel 40
3. Job Capacity 25
The job capacity of the firm shall be rated as follows
Adequate Number of Technical Personnel for the Contract (10)

No. of Permanent Relevant Technical Personnel Points


relative to the Estimated No. of Personnel for the
Contract

8 or more 10
5-7 8
3-4 6
≤2 0
Adequate Capacity Net of Existing Workload (15)

31
No. of On-going Similar Contracts, Government and Points
Private
None 15
1-3 13
4-5 11
>5 9
Total 100

To be eligible for inclusion in the shortlist, a consultant must obtain a Minimum or


Passing Total Score of 70 points.

32
Section V. Eligibility Forms

33
ELIGIBILITY DOCUMENTS SUBMISSION FORM

Date: __________________

Atty. KAREN A. VILLAMIL


Chairperson
Bids and Awards Committee
Philippine Reclamation Authority
7F Legaspi Towers 200 Bldg.
107 Paseo de Roxas Street
Legaspi Village, Makati City

Dear Atty. Villamil:

In connection with your Request for Expression of Interest dated _______________,2018


for the Consultancy Services for the Preparation of Feasibility Study (FS),
Environmental Impact Study (EIS) and Terms of Reference (TOR) for the procurement
of consultancy services for the Detailed Engineering Design (DED) of the Proposed
Forty (40)-Hectare BASECO Reclamation 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

34
PHILIPPINE RECLAMATION AUTHORITY Project Reference Number:
PBCONS-18-001
Name of the Project: Consultancy Services for the Preparation of Feasibility Study (FS), Environmental Impact Study
(EIS) and Terms of Reference (TOR) for the procurement of consultancy services for the Detailed
Engineering Design (DED) for the Forty (40) Hectare BASECO Reclamation Project, Port Area, Manila

SF-CONS-15A
Statement of Similar Completed Projects

List of Completed Government and Private Contracts, within the last ten (10) years

Name of Consultant : ________________________________


Business Address : ________________________________

Name and Date of Type of Description Consultants Amount Contract Classification


Location of Award Consulting of Role (Main of Duration (Government/
the Contract of the Services Consulting Consultant, Sub- Contract Private)
Contract Services consultant, or
partner in a JV)

1
2
3
4
5
6
7
8
9

Attach any of the following:


1. Certificate of Satisfactory Completion or Performance
2. Official Receipt of final payment of services rendered issued by Client
3. Certificate of Completion/Acceptance
4. Certificate of Services Rendered issued by any five (5) government/private clients for the past
ten (10) years.

Submitted by:

Name of Representative of Bidder


Position
Date: ______________________

35
PHILIPPINE RECLAMATION AUTHORITY Project Reference Number:
PBCONS-18-001
Name of the Project: Consultancy Services for the Preparation of Feasibility Study (FS), Environmental Impact Study
(EIS) and Terms of Reference (TOR) for the procurement of consultancy services for the Detailed
Engineering Design (DED) for the Forty (40) Hectare BASECO Reclamation Project, Port Area, Manila

SF-CONS-15B
Statement of Ongoing Projects

List of Ongoing Government and Private Contracts, including those awarded but not yet
started

Name of Consultant : ________________________________


Business Address : ________________________________

Name and Date of Type of Description Consultants Amount Contract Classification


Location of Award Consulting of Role (Main of Duration (Government/
the Contract of the Services Consulting Consultant, Sub- Contract Private)
Contract Services consultant, or
partner in a JV)

1
2
3
4
5
6
7
8
9

Attachments:
For projects similar in nature, attach Notice of Award and/or Contract issued by
government/private clients for the past five (5) years.

Submitted by:

Name of Representative of Bidder


Position
Date: ______________________

36
PHILIPPINE RECLAMATION AUTHORITY Project Reference Number:
PBCONS-18-001
Name of the Project: Consultancy Services for the Preparation of Feasibility Study (FS), Environmental Impact Study
(EIS) and Terms of Reference (TOR) for the procurement of consultancy services for the Detailed
Engineering Design (DED) for the Forty (40) Hectare BASECO Reclamation Project, Port Area, Manila

SF-CONS-17
STATEMENT ON OWNERS/ PRINCIPALS/ PARTNERS AND KEY STAFF

Date of Issuance

Atty. JANILO E. RUBIATO


General Manager and CEO
Philippine Reclamation Authority
7F Legaspi Towers 200 Bldg.
107 Paseo de Roxas Street
Legaspi Village, Makati City

Attention : Atty. KAREN A. VILLAMIL


Chairperson
Bids and Awards Committee

Dear Sir:

In compliance with the requirements of the Philippine Reclamation Authority (PRA) - Bids and
Awards Committee for the bidding of the Consultancy Services for the Preparation of
Feasibility Study (FS), Environmental Impact Study (EIS) and Terms of Reference (TOR)
for the procurement of consultancy services for the Detailed Engineering Design (DED) of
the Proposed Forty (40)-Hectare BASECO Reclamation Project, Port Area, Manila, we
certify that (Name of the Bidder) has the following owners/principals/partners and key
staff:

Name and Title Degree Years with Firm Age


1.
2.
3.
4.
5.
.
.

Attached are their Curriculum Vitae.

Very truly yours,

Name of Representative of Bidder


Position
Name of the Bidder

37
PHILIPPINE RECLAMATION AUTHORITY Project Reference Number:
PBCONS-18-001
Name of the Project: Consultancy Services for the Preparation of Feasibility Study (FS), Environmental Impact Study
(EIS) and Terms of Reference (TOR) for the procurement of consultancy services for the Detailed
Engineering Design (DED) for the Forty (40) Hectare BASECO Reclamation Project, Port Area, Manila

SF-CONS-20
STATEMENT ON CITIZENSHIP & PROFESSIONAL REGISTRATION

Date of Issuance

Atty. JANILO E. RUBIATO


General Manager and CEO
Philippine Reclamation Authority
7F Legaspi Towers 200 Bldg.
107 Paseo de Roxas Street
Legaspi Village, Makati City

Attention : Atty. KAREN A. VILLAMIL


Chairperson
Bids and Awards Committee

Dear Sir:

(Name of the Bidding Firm) is issuing this statement in compliance with the
requirements of the Philippine Reclamation Authority (PRA) - Bids and Awards Committee, that
the members of the Project Team below are all Filipino in nationality, have the technical
capability to satisfactorily render the required services and possess the required professional
license issued by the Professional Regulation Commission / other appropriate regulatory body.

Proposed Project Team for the project:

Name Assignment

(Name of the Bidding Firm) issues this statement in accordance with Clause 2.1.a.iii of the
eligibility requirements for the project.

Attachments:
1. Valid license (if applicable)
2. Diploma
3. Certificates of trainings undertaken
4. Curriculum vitae.

Very truly yours,

Name of Representative of Bidder


Position
Name of the Bidder

38
PHILIPPINE RECLAMATION AUTHORITY Project Reference Number:
PBCONS-18-001
Name of the Project: Consultancy Services for the Preparation of Feasibility Study (FS), Environmental Impact Study
(EIS) and Terms of Reference (TOR) for the procurement of consultancy services for the Detailed
Engineering Design (DED) for the Forty (40) Hectare BASECO Reclamation Project, Port Area, Manila
SF-CONS-23
LETTER OF AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

Date of Issuance

Atty. JANILO E. RUBIATO


General Manager and CEO
Philippine Reclamation Authority
7F Legaspi Towers 200 Bldg.
107 Paseo de Roxas Street
Legaspi Village, Makati City

Attention : Atty. KAREN A. VILLAMIL


Chairperson
Bids and Awards Committee

Dear Sir:

Reference is made to our Application for Eligibility and to Bid for the hereunder project/contract:

Name of Project : Consultancy Services for the Preparation of Feasibility Study (FS),
Environmental Impact Study (EIS) and Terms of Reference (TOR) for the
procurement of consultancy services for the Detailed Engineering Design
(DED) of the Proposed Forty (40)-Hectare BASECO Reclamation Project
.

Brief Description : Proposed Forty (40) Hectare BASECO Reclamation Project

In accordance with Republic Act 9184 and its Implementing Rules and Regulations (IRR), we/I hereby
authorize the Philippine Reclamation Authority or its authorized representative/s to verify the
statements, documents and information submitted herewith to substantiate our eligibility.

The following persons, including telephone/fax numbers may be contacted to provide further
information with regard to this application:

NAME TEL. NUMBER FAX NUMBER


a. Technical Matters ___________________________ _____________ ______________
b. Financial Matters ___________________________ _____________ _______________
c. Personnel Matters ___________________________ _____________ ________________

Very truly yours,

_______________________________________
Name of Firm / Consultant

By:____________________________________
Name and Signature of Authorized Representative
Position/Designation: _______________________
Date: ____________________________________
Attachment: Board resolution/secretary’s certificate authorizing the officer/signatory to represent the
Firm

39
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.]

40
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 ____.

41
Section VI. Checklist of Eligibility
Documents
Tab Number Description

CLASS “A” DOCUMENTS / LEGAL DOCUMENTS


1 Eligibility Submission Form

2 PhilGEPS Certificate of Registration and Membership


(Platinum Category) and DTI/SEC/CDA Registration
Certificate

Or

Class “A” Documents

(a) DTI/SEC/CDA Registration Certificate or


appropriate equivalent documents in case of foreign
application/consultant;
(b) Valid and Current Mayor’s/Business Permit/
Municipal License for CY 2018 or appropriate
equivalent documents in case of foreign
corporation/consultants;
(c) Tax Clearance per Executive Order No. 298 series of
2005, as finally reviewed and approved by BIR or
appropriate equivalent documents in case of foreign
corporation/ consultants; and
(d) Audited Financial Statements stamped “received” by
the BIR or its duly accredited and authorized
institutions for CY 2016 and 2017 or appropriate
equivalent documents in case of foreign corporation/
consultants.

TECHNICAL DOCUMENTS
3 SF-CONS-15A Statement of completed government and private contracts similar
in nature within the last ten (10) years as stated in the EDS.
Similar contracts shall refer to contracts with consultancy
experiences rendered to government agencies or private for the
conduct of the following consultancy services:
(1) Feasibility study for reclamation projects;
(2) Environmental Impact Study for a reclamation project;
The similar contracts above-mentioned must have been
completed by the consultancy firm within the last ten (10) years
from the deadline of the opening and receipt of bids.
Accomplished either in the Philippines or abroad. In case of joint
venture, the similar contracts must have been completed by any
of the joint venture partners within the period mentioned.

The consulting firm must be able to provide at least one (1)


similar contract of either of the above-mentioned consultancy
fields / category or containing a combination of both, where the
total contract amount is not less than 50% of the ABC of the
above-mentioned consultancy services. In case of joint ventures,

42
the similar contracts shall be provided by any of the joint
venture partners.

The total contract cost of the completed similar contracts


submitted by the consultancy firm or joint venture shall be
subject to evaluation.

Supporting documents shall include any of the following:


1. Certificate of Satisfactory Completion or Performance
2. Official Receipt of final payment of services rendered
issued by Client
3. Certificate of Completion/Acceptance
4. Certificate of Services Rendered issued by any five (5)
government/private clients for the past ten (10) years.

4 SF-CONS-15B Statement of on-going government and private contracts both


in the Philippines and other countries for the past five (5)
years including contracts awarded but not yet started.

For projects similar in nature, attach Notice of Award and/or


Contract issued by government/private clients for the past five
(5) years.

5 SF-CONS-17 Statement on Owners / Principals / Partners and Key Staff

6 SF-CONS-20 Statement of Citizenship & Professional Registration

CLASS “B” DOCUMENTS


7 Valid Joint Venture Agreement, in case of a joint venture.
In the absence of JVA, duly notarized statements from all the
potential joint venture partners stating that they will enter into
and abide by the provisions of the JVA in the instance the bid
is successful.

8 SF-CONS-23 Letter of Authority to validate submitted documents supported


with Board resolution/secretary’s certificate authorizing the
officer/signatory to represent the said member with PRA-
BAC

43

You might also like