Home Announcements Catalogue About GEPS Government Links    
   »
Help |
SplashBidNoticeAbstractUI
Bid Notice Abstract
     
Request for Expression of Interest
  Reference Number 11660465
  Procuring Entity GOVERNMENT SERVICE INSURANCE SYSTEM
  Title Consultancy Services for the Construction Management of Construction of GSIS Davao Branch Office Building
  Area of Delivery   Printable Version
Solicitation Number: 2025-GSIS-PB-062
Trade Agreement: Implementing Rules and Regulations
Procurement Mode: Public Bidding
Classification: Consulting Services
Category: Construction Management Services
Approved Budget for the Contract: PHP 4,500,000.00
Contract Duration: 0 Day/s
Client Agency:

Contact Person: Jerome Dueñas Malapit
Officer I - Senior Project Coordinator
GSIS Headquarters
Financial Center, Roxas Boulevard
Pasay City
Pasay City
Metro Manila
Philippines 1308
63-2-979764945 Ext.4945

jdmalapit@gsis.gov.ph
Status

Active

Associated Components Order
Bid Supplements
0
Document Request List
9
Date Published 15/01/2025
Last Updated / Time 15/01/2025 12:00 AM
Closing Date / Time 06/03/2025 5:00 PM

Description
1. The Government Service Insurance System (GSIS) through the GSIS Corporate Operating Budget for CY 2025 intends to apply the sum of Four Million Five Hundred Thousand Pesos (Php4,500,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for Consultancy Services for the Construction Management of Construction of GSIS Davao Branch Office Building. Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposals.

2. The GSIS now calls for the submission of Eligibility Documents for the Project. Bidders should be currently handling or have completed within the past five (5) years from the date of submission and receipt of bids, at least five (5) contracts similar to the Project.

Eligibility documents of interested consultants must be duly received by the GSIS Bids and Awards Committee (GBAC) Secretariat on or before 22 January 2025, 09:00 AM at the GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City. Applications for eligibility will be evaluated based on a non-discretionary “pass/fail” criterion.

Kindly refer to the Checklist of Requirements for Eligibility and Shortlisting for further details regarding eligibility documents.

3. The Eligibility Documents will be opened on 22 January 2025, starting on 09:30 AM at the GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City.

To comply with the minimum public health safety protocols, consultants may participate in the Opening through video conferencing via the Zoom platform.

To ensure physical distancing, bidders may participate in the Opening of Eligibility Documents through the Zoom video conferencing facility (Zoom Meetings). Please register via this link: https://bit.ly/GBACBidderReg to receive the Zoom Meeting ID No. and Password from the GBAC Secretariat.

4. Interested bidders may obtain further information from the Office of the GBAC Secretariat and inspect the Bidding Documents at the address given below from 8:00 AM to 4:00 PM, Monday to Friday, excluding holidays.

GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City

5. A complete set of Bidding Documents may be acquired by Shortlisted Consultants from the address as stated in Item No. 4 starting on the date to be indicated in the Notice of Eligibility and Short Listing. Only the shortlisted bidders/consultants shall be allowed to purchase the Bidding Documents in the amount of Five Thousand Pesos (Php5,000.00).

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the GSIS website (https://www.gsis.gov.ph/opportunities/), provided that the shortlisted bidders/consultants shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.

6. The GBAC shall draw up the shortlist of consultants from those who have submitted Expression of Interest, including the 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 shortlist shall consist of, at most, three (3) prospective bidders who will be entitled to submit bids. Should less than three (3) apply for eligibility and short listing, pass the eligibility check, and/or pass the minimum score required in the short listing, the GBAC shall consider the same. A consultant must get a total minimum score of seventy percent (70%) to be included in the short list. A consultant garnering a score of below seventy percent (70%) shall not be eligible for shortlisting.

The criteria and rating system for shortlisting are as follows:
7.
Evaluation Criteria for Shortlisting Rating Minimum Required Rating
A. Relevant Experience of the Consulting Firm /Consultant 40% 28%
B. Qualification of the Key Personnel to be Assigned to the Consulting Services 40% 28%
C. Current Workload of Key Personnel Relative to Capacity 20% 14%
TOTAL 100% 70%

A consultant must get a total score of at least seventy percent (70%) to be included in the short list.

The Detailed Criteria for Short Listing Prospective Consultants is available as part of the bidding documents.

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

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 citizen, corporation or association of a foreign country where the laws or regulations of said country grant similar rights or privileges to Filipino citizens, pursuant to RA 5183.

9. The GSIS shall evaluate bids using the Quality-Cost Based Evaluation (QCBE) procedure. Following are the criteria and rating system for the evaluation of bids as well as the weights to be allocated for the Technical and Financial Proposals:

TECHNICAL PROPOSAL (St) (80%)
Criteria Weight Minimum Required Rating x Weight
1. Experience and Capability of the Consultant 35% 24.5%
2. Quality of Personnel to be Assigned to the Project 35% 24.5%
3. Plan of Approach and Methodology in Delivering the Services Required 30% 21%
T O T A L 100% 70%

FINANCIAL PROPOSAL (Sf) (20%)
Criteria Remarks
Financial
Based on the formula provided in the bidding documents to wit:
Sf = 100  Fl/F

Where:
Sf is the financial score of the Financial Proposal under consideration,
Fl is the lowest Financial Proposal, and
F is the Financial Proposal under consideration.


Refer to Annex A-2 as indicated in Section III (Bid Data Sheet) of the Bidding Documents (Part II) for detailed information regarding the criteria and rating system for the evaluation of Technical Proposals.

The shortlisted bidders/consultants must get a total Technical Score (St) of at least seventy percent (70%) (passing rate) to become technically eligible.

A Bid shall be rejected at this stage if it fails to achieve the minimum Technical Score (St). On the other hand, only the Financial Proposals of the bidders/consultants who meet the minimum Technical Score (St) shall be opened.

Kindly refer to the Checklist of Requirements for Technical and Financial Proposals for further details.

10. The contract duration shall be aligned with the duration of the Construction of Davao Branch Office Building of Three Hundred Sixty Five (365) calendar days.

1. In accordance with GPPB Circular 06-2005, the GSIS adopts the use of “draw lots” as a tie-breaking method in the event two or more of the bidders have been declared as having the Lowest Calculated Responsive Bid (LCRB).

2. The GSIS warns the public/bidders of unscrupulous individuals and groups posing as officers/employees of the GSIS soliciting money, gifts, favors or benefits for alleged aid for whatever purpose. DO NOT GIVE anything to these unscrupulous individuals and groups. The GSIS thus enjoins the cooperation of the public/bidders to report these individuals/groups to the GSIS Bids and Awards Committee and GBAC Secretariat.

3. The GSIS 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.

4. Each eligible bidder is expected to be ready with respect to the submission of Post-Qualification Documents, post-qualification evaluation and award of contract. Upon approval of contract award, the Notice of Award (NOA) will be sent to the winning bidder’s registered email. This email notification must be acknowledged by the winning bidder within 24 hours. If the bidder did not acknowledge within the prescribed timeline, this shall mean that the NOA is received by the winning bidder on the date of the email notification.

Upon its receipt of the NOA, the winning bidder shall immediately coordinate with the GSIS Authorized Representative as indicated in Section V (Special Conditions of the Contract) of the Bidding Documents and in the NOA for the contract preparation. The winning bidder must submit the following requirements within five (5) calendar days:

a. Performance Security as prescribed in Section 39 of the Revised IRR of RA No. 9184;

b. Contract Agreement Form signed by the winning bidder’s representative as indicated in the Omnibus Sworn Statement and Notarized Secretary’s Certificate/Special Power of Attorney.

(Note: The Contract Agreement Form is attached in the published Bidding Documents. Bidders are encouraged to review the Contract Agreement Form, General Conditions of the Contract and Special Conditions of the Contract of the Bidding Documents as early as possible to ensure the timely preparation and signing of contract.)

c. Other document/s as indicated in ITB Clause 21.1 of Section III (Bid Data Sheet) of the Bidding Documents.

If the winning bidder failed to submit these requirements within the prescribed period, the end-user unit has the option to recommend to the Head of the Procuring Authority/Approving Authority the cancellation of NOA.

5. For further information, please refer to:

GBAC Secretariat
GSIS Bids and Awards Committee
Level 2 Core G, GSIS Headquarters, Financial Center, Pasay City
Tel. Nos. (02)7976-4961/7976-4945 / Fax No. (01) 8859-0373
GBAC_Secretariat@gsis.gov.ph / www.gsis.gov.ph

6. You may visit the following websites for downloading of Bidding Documents: http://www.gsis.gov.ph/opportunities/gbac or the PhilGEPS website at https://www.philgeps.gov.ph

7. Bidder’s Registration

https://bit.ly/GBACBiddersRegForm




Date of Issue: 14 January 2025

Pre-bid Conference

Date

Time

Venue

12/02/2025 9:30 AM GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City

Created by Jerome Dueñas Malapit
Date Created 14/01/2025


The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.

 
  © 2004-2025  DBM Procurement Service. All rights reserved.  
Help |
Contact Us | Sitemap