SOUTHERN TAGALOG REGIONAL HOSPITAL Tender
SOUTHERN TAGALOG REGIONAL HOSPITAL Tender
Costs
Summary
Procurement Of Mechanical Assessment, Design Including Construction/ Repair/ Improvement/ Upgrading/ Establishment Of: 1. Automatic Fire Suppression System; 2. Additional Slab For Dead End Pocket; 3. , Construction Projects ,southern Tagalog Regional Hospital
Description
Description 1. The Southern Tagalog Regional Hospital (strh) Intends To Procure Mechanical Assessment, Design Including Construction/ Repair/ Improvement/ Upgrading/ Establishment Of: 1. Automatic Fire Suppression Systems; 2. Additional Slab For Dead End Pocket; 3. Protective Enclosure Of Fire Exit Stair; 4. Installation Of Window Grilles Of Sen. Ramon B. Revilla Sr. Building (building 5) With An Approved Budget For The Contract (abc) Of Six Million Four Hundred Thousand Pesos Only (p6,400,000.00). 2. The Strh Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two Failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) 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. Interested Bidders May Obtain Further Information From Bac Secretariat At The Address Given Below From Monday To Friday, At 8:00am To 4pm. 5. The Strh Will Hold A Negotiation Meeting On February 14, 2025 3:00 Pm At Sao’s Office, 2nd Floor Bldg. 4, Which Shall Be Open To Registered Prospective Bidders Only. 6. A Complete Set Of Negotiated Documents May Be Obtained By Contacting The Bac Secretariat At The Contact Number Given Below. You May Also Download The Same From Www.philgeps.gov.ph And From Strh.doh.gov.ph. 7. Three (3) Copies Of The Proposal (one Original And Two Photocopies) With Proper Indexing And Marking Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am Of 19 February 2025/wednesday. Late Submission Shall Not Be Accepted. 8. Bid Opening Shall Be On 19 February 2025/wednesday, 10:00 Am At Uhc Conference Room, 3rd Floor Building 3, Strh, Brgy. Habay Ii, Bacoor City, Cavite 9. Interested Bidders Shall Submit Their Documents In Sealed Envelope, Labeled As: (please See Bidding Documents) 10. The Strh 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Office Southern Tagalog Regional Hospital, Habay Ii, Bacoor, Cavite Bacsec@strh.doh.gov.ph 0966-0888842 A. Eligibility And Technical Documents 1st Envelope (technical Components) Class “a” Documents Legal Documents A Valid Philgeps Registration Certificate (platinum Membership) (all Pages); In Accordance With Section 8.5.2 Of The Irr A.1 Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document A.2 Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; A.3 Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). A.4 The Supplier’s Audited Financial Statements For 2022-2023, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And A.5 Philippine Contractors Accreditation Board (pcab) License: Catagory: License Category _________________________, Size Range: _________________________ Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And B (form 3) Statement Of The Prospective Bidder Of All Its On-going Government And Private Design/ Design And Build Contract Including Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid (original); And Related Experience: 50% Of Abc Or _________________________ C (form 4) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents (original); Related Experience: 50% Of Abc Or _________________________ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contract Shall Refer To Design And Build Project, Including Automatic Fire Protection System. Which Shall Be Completed Within Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. Any Of The Following Documents Must Be Submitted Corresponding To Listed Contracts Per Submitted: • Notice Of Award • Purchase Order/contract • Notice To Proceed D Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Validity: One Hundred Twenty (120 Cd) Calendar Days From The Date Of The Opening Of Bids E Project Requirements, Which Shall Include The Following: E.1 Design And Build Organizational Chart For The Contract To Be Bid E.2 List Of Contractor’s Key Personnel [safety Officer (as Per Dole D.o. 198 S.2018), Project Manager, Project Engineers, Materials Engineer (as Per Dpwh D.o. 111 S. 2018), And Foremen], To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; Shown In Matrix With Curriculum Vitae Including Copy Of Updated Licenses Or Proof Of Renewal Of Their Licenses, If Expired. (if, Applicable) Note: • Fulltime Nurse = 50-200 Workers • Physician = 200-300 Workers See Dole D.o 198 S. 2018 Sec. 15: Occupational Health Personnel Facilities E.3 List Of Contractors (or Joint Venture) Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And E.4 Manpower Schedule (indicate The Total Number (numerical Value) Of Manpower (employee’s And Laborers) F Affidavit Of Site Inspection Executed By The Same Person Who Visited The Site. The Person Must Be Key Personnel Of The Company Preferably Civil Engineer/ Architect, With Supporting Certificate Of Appearance From Engineering And Facilities Management Section Engineer/s Or End-user. G Original Duly Signed Omnibus Sworn Statement (oss) -revised; And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of 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. H The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. For Committed Line Of Credit (clc): Abc To Be Bid; Amount, Which Should Be At Least Equal To Ten Percent (10%) Of The Abc; And Name Of Issuing Foreign Universal Or Commercial Bank, As Confirmed Or Authenticated By A Local Universal Or Commercial Bank I If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. J Construction Safety And Health Program Of The Contractor As Required By The Department Of Labor & Employment (if Awarded, It Should Be Stamped Received By Dole) – Department Order No. 198 Series Of 2018 Section 15. Irr Of Ra No. 11058 Entitled “an Act Strengthening Compliance With Occupational Safety And Health Standards And Providing Penalties For Violations Thereof” K Design And Construction Methods In Narrative Form L Preliminary Conceptual Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity Duly Signed By The Owner/ Authorized Representative And Engineer/ Architect – Architectural, Structural, Mechanical, Electrical, And Sanitary/ Plumbing (a3 Size) M Value Engineering Analysis Of Design And Construction Method N Statement Of Availability Of Key Personnel That May Be Used For The Contract, And Availability Of Equipment Owned, Under Lease And/ Or Has Under Purchase Agreements That May Be Used For The Contract. O Duly Signed Terms Of Reference (tor) Every Page By The Contractor Or Its Duly Authorized Representative. P Attach A Certification Stating That The Company Is Not Associated To And Or Funded By Tobacco Company Or Tobacco Industry. (notarized) Q Invitation To Bid (signed By The Bac Chairperson) R Bid Bulletin, If Any (photocopy) S Bidding Documents Fee Official Receipt (photocopy) T Bir Form 2303 (certificate Of Registration) U Latest Income And Business Tax Returns (photocopy) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted (gppb Res. 11-2013). (to Be Submitted On The Day Of The Submission And Opening Of Bids Or Within Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lowest Calculated Bid Or Highest Rated Bid): Note: (a.) Latest Annual Tax Return Filed Thru Electronic Filing And Payment System (efps) And Must Be Duly Validated With Tax Payment Made Thereon For The Preceding Tax Year Be It On A Calendar Or Fiscal Year Income (per Revenue Regulations 3-2005) (b.) Latest Business Tax Return Filed Thru Electronic Filing And Payment System (efps) Be Duly Validated With Tax Payments Made Thereon Also Refers To The Value Added Tax (vat) Or Percentage Tax Return Covering The Previous Six (6) Months (june 2024-december 2024) (per Revenue Regulations 3-2005). 2nd Envelope (financial Component) A Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form; And B Duly Accomplished Detailed Estimates (bid Prices In Bill Of Quantities) Per Project Including Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; And C Cash Flows By The Quarter And Payments Schedule. 12. Term Of References (annex A) And Special Conditions Of The Contract (annex "b") Duly Signed Every Page By The Contractor Or Its Duly Authorized Representative Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of The Ra 9184 And Other Related And Applicable Laws. 13. The Head Of The Procuring Entity Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Nit Award The Contract In Accordance With Section 41 Of The 2016 Revised Implanting Rules And Regulations Issued This 10th Day Of February 2025 Rebecca Ann V. Gabor, Md, Fpogs, Mmhoa Chairperson, Bids And Awards Committee
Contact
Tender Id
0ea31770-1a2c-3939-b1e0-cb1eec5ecd15Tender No
11750269Tender Authority
SOUTHERN TAGALOG REGIONAL HOSPITAL ViewPurchaser Address
-Website
notices.philgeps.gov.ph