Type
Goods and Services
Status
Awarded

 

Section I. Invitation to Bid 

(Negotiated Procurement - Two Failed Biddings)

 

PROCUREMENT OF A SERVICE PROVIDER FOR THE INTERIM OPERATIONS AND MAINTENANCE (O&M) OF THE NEW CLARK CITY (NCC) SPORTS FACILITIES UNDER A TWENTY SEVEN (27) - MONTH SERVICE CONTRACT



 

1. The BASES CONVERSION AND DEVELOPMENT AUTHORITY (BCDA), through the General Appropriations Act (GAA) intends to apply the sum of One Hundred Fifty Seven Million Eight Hundred Seventy-Four Thousand Nine Hundred Eighty-Four Pesos & 25/100 Only (Php157,874,984.25), inclusive of VAT and all other applicable government taxes, fees, and charges, being the Approved Budget for the Contract (ABC) to payments under the contract for the Procurement of a Service Provider for the Interim Operations and Maintenance (O&M) of the New Clark City (NCC) Sports Facilities under a Twenty Seven (27) - Month Service Contract with Project Identification Number (Reference No.) of BG2023-231 via Negotiated Procurement. 

 

Bids received in excess of the ABC shall be automatically rejected at bid opening.

 

Lot 

Description

ABC

 

       1

Procurement of a Service Provider for the Interim Operations and Maintenance (O&M) of the New Clark City (NCC) Sports Facilities under a Twenty Seven (27) - Month Service Contract

Php157,874,984.25

(inclusive of VAT and all other applicable government taxes, fees)

 

2. BCDA, through its Bids and Awards Committee for Goods, now invites technically, legally, and financially capable suppliers for the said project.

 

3. The Procurement procedure for this requirement is Negotiated Procurement under Two-Failed Biddings pursuant to Section 53.1 of 2016 revised Implementing Rules and Regulations (RIRR) of Republic Act (RA) No. 9184.

 

The selection of the successful offer shall be based on the best and final offer that will be submitted on the set deadline by the BAC and which would meet the minimum technical specifications required.

 

4. Prospective Bidders may obtain further information from BCDA at 2nd Floor Bonifacio Technology Center, 31st corner 2nd Avenue, Bonifacio Global City, Taguig City from 07-13 December 2023, from 8AM to 5PM, except Saturdays, Sundays and on holidays. The same information is posted in the Philgeps and BCDA website.

 

5. BCDA will hold a Negotiation on 11 December 2023 at 1:00PM at the BCDA Corporate Center, 2F Bonifacio Technology Center, BGC, Taguig City and/or through video conferencing or webcasting via zoom or google meet, which shall be open to prospective bidders.

 

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183.

 

6. One (1) copy of the proposal (one original) must be submitted to the Bids and Awards Committee for Goods (BAC-G) which must be duly received by the BAC-G Secretariat through manual submission at the office address indicated above on or before 13 December at 2:00PM

 

7. Bidders shall submit the following documents in sealed envelopes, labeled as “Negotiated Procurement under Two-Failed Biddings”, with the title of the procurement project, name of the bidder, address, the contact details of the bidder, addressed to the Bids and Awards Committee for Goods (BAC-G).

 

A. Eligibility and Technical Documents (Technical Component)

 

a) Valid PhilGEPS Registration Certificate (Platinum Membership), including the Annex;

 

b) Statement of Bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid. For this purpose, the definition of similar contracts shall refer to “Property management of an estate or complex with mixed-use developments, buildings, and parks” which shall be completed within the last 5 years prior to the date of submission of the best and final offer.

 

Note: Compliance with the requirement for the Single Largest Completed Contract (SLCC) may be either of the following:

 

i. If only one (1) completed contract, the project cost shall be equivalent to at least fifty percent (50%) of the ABC adjusted to current prices using the PSA’s CPI; or

 

ii. If two (2) similar contracts are completed, the aggregate amount of the two project costs shall be equivalent to at least fifty percent (50%) of the ABC adjusted to current prices using the PSA’s CPI, and the largest of these similar contracts must be equivalent to at least Twenty-Five Percent (25%) of the ABC.



 

c) Bid Security in any of the following form as prescribed under the 2016 revised IRR of RA 9184:

 

i. In case of cash, Manager’s Check, Bank Guarantee (2% of the ABC) or

 

ii. In case of Surety Bond, submit also a certification issued by the Insurance Commission or Original Copy Notarized Bid Securing Declaration (5% of the ABC) or

 

iii. Bid Securing Declaration.

 

d) Conformity with the Schedule of Requirements;

 

e) Conformity with the Technical Specifications;

 

 f) Notarized Omnibus Sworn Statement (OSS) supported with Notarized Secretary’s Certificate in case of a corporation or cooperative; in case of partnership or single 

 

proprietorship, the bidder shall submit Special Power of Attorney executed by the partners or single proprietorship; whichever is applicable.

 

In case of Joint Venture, Special Power of Attorney shall be submitted by all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder.

 

g) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence or duly notarized statement from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.

 

B. Financial Documents (Financial Component)

 

h) Original of duly signed and accomplished Financial Bid Form; and

 

i) Original of duly signed and accomplished Price Schedule(s)

 

8. Bid opening shall be on 13 December 2023 at 2:30PM at the BCDA Corporate Center, 2nd Floor Bonifacio Technology Center, 31st corner 2nd Avenue, Bonifacio Global City, Taguig City. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the given address and at the same time, via video conferencing. 

 

9. The Negotiation and the Opening of Bids are hybrid events. Bidders may choose to attend online via zoom or attend in person at the BTC Office.

 

For those attending in person, the following guidelines must be followed:

 

  • Attendees to the Negotiation and Opening of Bids will be required to follow the BCDA Health Protocols; and
  • Observers/representatives who show signs of COVID-19 related symptoms are not allowed to enter the BCDA premises.

 

10. The Special Conditions of the Contract shall form part of the contract. Other conditions of the contract shall be governed by the implementation of the rules and regulations of RA 9184 and other related and applicable laws.

 

11. BCDA reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

 

12. BCDA reserves the right to waive minor defects in forms and requirements as long as they do not affect the genuineness and authenticity of the documents submitted.

 

For more information, please refer to:

 

BAC-G Secretariat

(02)8575-1700, bacgsecretariat@bcda.gov.ph

 

You may visit the following website, for downloading of Bidding Documents: https://www.bcda.gov.ph/bids



 

Date of Issuance: 07 December 2023

 

BIDS AND AWARDS COMMITTEE FOR GOODS

By:

 

RICHARD BRIAN M. CEPE

Chairperson