Professional Documents
Culture Documents
Management (PS-DBM), now invites eligible Bidders from ADB member countries to participate in the Open Competitive Bidding (OCB)
process for the procurement of Civil Works: (Viaducts, Bridges and Buildings) of the Malolos-Clark Railway Project (MCRP).
1. The Government of the Republic of the Philippines, through the Department of Finance (DOF), has applied for a Loan (Reference Project No. 52083-002) from the Asian Development Bank
(ADB) towards the cost of the Malolos-Clark Railway Project (MCRP). It is intended that the proceeds of this loan will be applied to eligible expenditure under the Contracts for the procurement
of Civil Works: (Viaducts, Bridges and Buildings) of the project as designed by the Employer.
2. The Department of Transportation (DOTr) as the Employer, through its Procuring Agent, Procurement Service Department of Budget and Management (PS-DBM), now invites Sealed Bids in
One Envelope (Including Technical and Financial Bids) from eligible Bidders for the procurement of Packages CP N-01, CP N-02 and CP N-03 as follows:
WORKS BRIEF WORK DESCRIPTION EXTRACTS FROM THE ADB EVALUATION AND QUALIFICATION CRITERIA
Package CP N-01: Building and Civil Engineering Works for: 17km (Approx.) of Historical A Bidder or each member of a joint venture shall meet the et the
Railway Viaduct Structures, Railway viaduct including four balanced cantilever bridges Contract following:
Bridges and Two Stations. and two elevated steel framed station buildings. Non-Performance a) Non-performance of a contract did not occur as a result of
Package CP N-02: Building and Civil Engineering Works for: 16km (Approx.) (Applicable for Packages: contractor’s default since 1st January 2016.
Railway Viaduct Structures, of Railway viaduct, including one extradosed suspension b) All pending litigation shall be treated as resolved against the
CP N-01, Bidder and shall in total not represent more than fifty percent
Bridges and One Station. bridge and two balanced cantilever bridges. One elevated steel
framed station building.
CP N-02 & (50%) of the Bidder’s net worth.
Package CP N-03: Building and Civil Engineering Works for: 12km (Approx.) of CP N-03) c) No consistent history of court/arbitral award decisions against
Railway Viaduct Structures, Railway viaduct, including four balanced cantilever bridges. the Bidder since 1st January 2014. A Bidder or each member
Bridges and Two Stations. Diversions and training of one km (approx..) of Sapang Balen of a joint venture shall meet the following:
river; and two elevated steel framed station buildings.
The Bidding Documents have been prepared separately for each package and shall be bid as separate
contracts. However, if the bidder wishes to propose multi-package discount, he may propose/ offer
Key Qualification** Criteria**
discount for the combination of any two or all three packages combined. Discount would be specified in Average Annual Bidder must have Average Annual Turnover of Over US$ One
Financial Standing
the letter of bid of the relevant combination of packages. The evaluation and qualification criteria for Construction Turnover Billion (1,000,000,000) per package. [Ref: Item 2.3.2]
multiple package discounts in Section 3 (Evaluation and Qualification Criteria) apply. Available Financial Bidder must have minimum available finances of US$ Sixty
Resources Million (60,000,000), per package. [Ref: Item 2.3.3]
3. ADB-financed works will be procured through open competitive bidding (OCB) in accordance
In the past ten years have substantially completed at least one
with ADB’s Procurement Policy (2017, as amended from time to time) and Procurement Experience Contracts
Regulations for ADB Borrowers (2017, as amended from time to time). project of over US$ Five Hundred Million (500,000,000).[Ref:
of Similar Value
Item 2.4.1]
4. OCB will be conducted in accordance with the procedures in the bid documents following the Bidder must be able to furnish a bank security of US$ Twelve
Bid Security
‘Single-Stage; One Envelope (including Technical and Financial Bids)’, without Million (12,000,000) for each package.[Ref: ITB 19.1]
prequalification. Bidder must demonstrate that he has adequate equipment to
Equipment to be
Resources
9. Bids must be delivered to the office of PS-DBM on or before 10:00AM on May 10th, 2019 and
For further information, please refer to:
must be accompanied by a Bid Security in the amount of United States Dollar Twelve Million
Engr. Estrellita G. Fule
(US$ 12,000,000.) for each package. If the Bid Security is in the form of a cashier’s or certified
Chairperson
check, it shall be payable to ‘PROCUREMENT SERVICE’.
Bids and Awards Committee IV.
Procurement Service
10. The Bids (Technical and Financial) will be opened in the presence of Bidders’ representative PS-DBM Compound, RR Road,
who choose to attend at 10:00AM, on May 10th, 2019 at the office of Procurement Service. Cristobal Street, Paco, Manila, 1107 Metro Manila, Philippines
Telephone No.: +63 2 689 7750
Cost of Hard Copy of Bid Documents Per Package: PHP 50,000.00
Facsimile No.: +63 2 563 9361
Start of Issuance of Bidding Documents: January 30th 2019
Email Address: pd4@ps-philgeps.gov.ph
Date and Time of Pre-Bid Conference: Refer DOTr Website
Websites: www.ps-philgeps.gov.ph , www.dotr.gov.ph and www.pnr.gov.ph
Date and time of Deadline of Submission of Bids and
10:00AM, May 10th 2019
Opening of Bids: