< Back to Government Tenders

 
Date published

August 30, 2023

Closing Date

September 14, 2023 10:00 AM

Reference ID: 10082625

22CSZ006 - CONSULTING SERVICES FOR THE DETAILED ENGINEERING DESIGN AND CONSTRUCTION SUPERVISION OF PUBLIC SCHOOL BUILDINGS AND HEALTH FACILITIES SELECTED FOR RETROFITTING AND STRENGTHENING/UPGRADING I

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - MAIN

Area of Delivery:


Solicitation Number:

23CSZ006

Trade Agreement:

WB Procurement Guidelines

Classification:

Consulting Services

Category:

Consulting Services

Procurement Mode:

International Competitive Bidding

Approved Budget:

PHP 0.00

Delivery Terms:

36 Month/s


Contact Person:

Arlene Seno Padilla
Engineer III
Bonifacio Drive
Port Area
Manila
Metro Manila
Philippines
63-2-3043596

padilla.arlene@dpwh.gov.ph

Details:

REQUEST FOR EXPRESSIONS OF INTEREST

Consulting Services for the Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities Selected for Retrofitting and Strengthening/Upgrading in Preparation for “The Big One”
under IBRD Loan No. 9251-PH:
Philippines Seismic Risk Reduction and Resilience Project

[For Firm 4]


Country: Philippines
Name of Project: Philippines Seismic Risk Reduction and Resilience Project
Loan No.: IBRD Loan No. 9251-PH

Assignment Title: Consulting Services for the Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities Selected for Retrofitting and Strengthening/Upgrading in Preparation for “The Big One” – Firm 4

Reference No. (as per Procurement Plan): PH-DPWH-CS-04-RFP

1. The Republic of the Philippines (hereinafter called ”Borrower”) has received financing from the World Bank (the “Bank”) toward the cost of the Philippines Seismic Risk Reduction and Resilience Project (PSRRRP), and intends to apply part of the proceeds for consulting services.

2. The consulting services (“the Services”) being procured via this REOI includes the following summary of the key responsibilities expected under these Services:

For Detailed Engineering Design Phase

a. Verify with the concerned asset owners and other concerned DPWH Implementing Office if the buildings have been earmarked for demolition or capital replacement. Otherwise, confirm acceptance of the asset owners for the proposed retrofitting and strengthening/upgrading of the said buildings. Should there be “drop out” of building/s from the list, the Consultant shall inform and report to the Client immediately. The Client shall provide building/s for replacement to work on if available.
b. Review the previously approved detailed engineering design, if available. Investigate and assess functional elements, assess ESF requirements, and recommend appropriate improvements for the Buildings.
c. Prepare Concept Design for Retrofitting Works considering new/advance retrofitting technologies & techniques and updates on account of functional improvement and multi-hazard intervention, and assessed ESF requirements for the Building/s. Prepare indicative cost estimates for the concept design to initially check whether the Building is within the threshold of sixty percent (60%) of its reconstruction cost.
d. If indicative cost estimates for the buildings are determined to be within the threshold, the DED Plans of the Buildings shall be updated, as necessary, by introducing new/advance retrofitting technologies & techniques considering updates on account of multi-hazard resilient design, improvements on safety/functional elements, and ESF requirements for the Building/ covering:
i. effects of earthquakes and typhoon-wind loads on the roof structure;
ii. effect of earthquakes on interior and exterior stairs and access ways, including connections to the building frame;
iii. site drainage to reduce localized flooding within the premises of the school/health facility only, if applicable;
iv. universal access for persons with disabilities, , age and gender-responsive infrastructure;
v. accessible road access (entrance/exit) to the school and healthcare facilities including safe pedestrian and traffic management measures;
vi. COVID-19 related functional measures;
vii. relevant safety improvements for Water, Sanitation and Hygiene (WASH);
viii. fastening of non-structural elements like ceilings, partitions, and equipment that can constitute falling hazards, improvement of ingress and egress; and
ix. fire safety measures.
e. Assist the PIU in preparing Environment and Social Framework Instruments in accordance with World Bank’s ESF guidelines/policies and applicable Philippine Government policies and ensure compliance to such guidelines and policies which may include, but not limited to, the conduct of environmental screening of candidate buildings, preparation of environmental and social impact assessment and management plans (ESIA/ESMP, EIA/EPRMP/IEE or ECOP, as the case may be) and obtaining an Environmental Compliance Certificate (ECC) or amendment where applicable.
f. Prepare and submit as-found plans, Final DED documents such as construction drawings, specifications, construction cost estimates, work schedule, etc. considering items d and e.
g. Recommend reconstruction for buildings whose retrofitting and strengthening/upgrading cost would exceed the threshold:
i. The proposed retrofit cost (based on the detailed design, including multi-hazard and safety/functional upgrades) would be compared against a threshold of sixty percent (60%) of the reconstruction cost as per current government practice; should this threshold be exceeded, retrofitting would not be deemed the optimal action, and the building would be proposed for reconstruction under alternate projects/funding sources (e.g., asset-owner agencies’ new construction programs).
ii. Buildings that exceeded the threshold will be considered as “drop out” and will be eliminated from the final list for retrofitting.
h. For buildings recommended for retrofitting, provide assistance to the PIU for the preparation of Tender Documents for the Procurement and Implementation Plans (including the applicable ESF instruments) for Civil Works Construction.

For Construction Supervision Phase

i. Conduct monitoring and supervision of the retrofitting and strengthening/upgrading works to be implemented.
j. In close coordination with the PIU, ensure the implementation period of civil works within the defined time, budget and scope.
k. Assist the PIU perform environmental and social monitoring and provide adequate guidance to ensure contractor’s compliance with relevant statutory Philippine environmental and social rules and regulations, and the World Bank’s Environmental and Social Framework requirements and the implementation of the subproject-specific Environmental and Social Management Plans.
l. Prepare Inspection, Supervision, Monitoring, and Evaluation reports, among others.
m. Provide Quality Assurance support to the PIU, and other DPWH concerned offices to: (i) ensure the designs are being properly constructed in accordance with the approved drawings and specifications; and (ii) advise on actions where unforeseen conditions arise.
n. Provide technical support and assistance for the post-construction period until the project acceptance of the project.

The detailed Terms of Reference (TOR) can be access through this link: https://drive.google.com/drive/folders/1wZAMXa_SXzTYb86cOZW-pntQszG7s38k?usp=sharing

The Services will cover the selected Public School Buildings and Health Facilities within Metro Manila. Summary of scope is shown below:

Reference No. Description Location and Number of Eligible Buildings Target No. of Buildings for Retrofitting
PH-DPWH-CS-04-RFP Consulting Services for the Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities Selected for Retrofitting and Strengthening/Upgrading in Preparation for “The Big One” under IBRD Loan No. 9251-PH: Philippines Seismic Risk Reduction and Resilience Project –
FIRM 4 Caloocan City – 101
Malabon City – 110
Manila City – 223
Navotas City – 67
Valenzuela City – 74
No. of Final Detailed Engineering Design Buildings = 172

No. of Buildings for Construction Supervision = 212

The type of Contract will be a combination of Lump Sum for Detailed Engineering Design phase and Time-Based for Construction Supervision phase. Contract Duration will be 36 months for both phases.

3. The Department of Public Works and Highways (DPWH) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are summarized below:

• Must have completed minimum of two (2) similar consultancy services contracts (within the last ten (10) years, from January 2013 to EOI submission deadline) Must have completed minimum of two (2) similar consultancy services contracts (within the last ten (10) years, from January 2013 to EOI submission deadline) involving ONLY Detailed Engineering Design (DED) and/or Construction Supervision (CS) of Retrofitting and/or Strengthening/Upgrading/Construction of Buildings projects. In case of Joint Venture, each JV member must have experience in minimum 1 similar contract, while the whole JV will collectively meet the above requirement of minimum 2 similar contracts.

• Must have completed minimum of two (2) other related consultancy services contracts (within the last ten (10) years, from January 2013 to the EOI submission deadline) involving ONLY Detailed Engineering Design (DED) and/or Construction Supervision (CS) of ANY infrastructure projects (other than contracts in similar consultancy services contracts). In case of Joint Venture, each JV member must have experience in minimum 1 other infrastructure related contract, while the whole JV will collectively meet the above requirement of minimum 2 other contracts.

• Must have geographical competence and have completed minimum of two (2) consultancy services contracts (within the last ten (10) years, from January 2013 to the EOI submission deadline) involving ONLY Detailed Engineering Design (DED) and/or Construction Supervision (CS) of ANY infrastructure projects in the SOUTHEAST ASIA.

• ONLY consulting services contracts of the Main Consultant/JV Member for which they were legally contracted as a Main Consultant/JV Member shall be considered.

• The Firm should have been in business for at least the last (5) years. In case of Joint Venture, this requirement is applicable to each JV Member.

• The Firm must have ISO 9001:2015 (Quality Management System) Certification. Preferably with ISO 14001:2015 (Environmental Management System) Certification. In case of Joint Venture, ONLY the ISO Certification of the LEAD partner shall be considered.

• Financial Capability: The Firm must demonstrate the soundness of its financial status (not in bankruptcy or financial difficult situation). The Firm shall submit audited financial statements or, if not required by the law of the Firm’s country, other financial statements acceptable to the Department of Public Works and Highways, for the last three (3) years (2020, 2021, 2022), demonstrating the current soundness of the Firm’s financial position. As a minimum, the Firm’s net worth for the year 2022 calculated as the difference between total assets and total liabilities should be positive. In case of Joint Venture, this requirement is applicable to each JV Member.

• Sub-Consultant/s’ experiences shall NOT be considered.

• The two firm consultancy services on Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities – Firm 3, and Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities – Firm 4 will be selected at the same time. If a consultant expresses interest in both assignment and if the same firm is considered for inclusion in short lists for concurrent assignments, the Client shall assess the firm’s overall capacity to perform multiple contracts before including it in more than one short list. The Firm consultant’s overall capacity (beside the shortlist criteria set for the individual assignments of Firm 3 and Firm 4) shall be assessed based on the following, but not limited to:

Single Largest Consulting Services Contract – must have completed within the last ten (10) years, from January 2013 to EOI submission deadline, one (1) consultancy services contract involving Detailed Engineering Design (DED) AND/OR Construction Supervision (CS) of ANY Buildings Project with the consultant’s participation value of not less than about US$18 million. In the case of Joint Venture, each of the JV member must meet the requirement. ONLY consulting services contracts of the Main Consultant/JV Member for which they were legally contracted as a Main Consultant/JV Member shall be considered. ONLY amount paid to the Firm shall be considered.

The Firm shall provide the Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate, in sufficient detail to verify the contract name, value and completion time. If the documents are other than in English, an accurate certified translation of these documents in English shall be provided.

For both joint venture and single entity firms, the contract values and scopes of smaller individual contracts will NOT be added up in order to meet the above requirement of a single contract.


• In case any Firm were shortlisted for both the Assignment, then at the RFP stage they will be required to propose entirely different sets of Experts for each assignment and demonstrate the staff availability.

Key Experts will not be evaluated at the shortlisting stage.

4. Guidance on the contents of EOI (Please see the Annex A).

5. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers, dated November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

6. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

7. A Consultant will be selected in accordance with the Quality and Cost-based Selection method (QCBS) set out in the Procurement Regulations.

8. Further information can be obtained at the address below during office hours, i.e. 08:00 to 16:00 hours (PH Time).


SOLEDAD R. FLORENCIO
Project Director
Buildings and Special Projects Management Cluster (BSPMC),
Unified Project Management Office (UPMO)
Provisional Member, BAC-CS
2nd Street, Port Area, Manila
Tel. No. (+632) 5304-3965
Email: sol_florencio@yahoo.com.ph
Copy furnish: engr.jpua14@gmail.com


The BAC-CS would try to provide expeditiously the additional information requested but any delay in providing you with such additional information will not be considered as a reason for extending the deadline for submission of EOI.

9. Expressions of interest must be delivered in a written form and received to the address below (in person, or by mail) by 14 September 2023 at 10:00AM (PH time).

Department of Public Works and Highways
Bids and Awards Committee for Consulting Services

Attention:
ERIC A. AYAPANA
Officer-in-Charge, Office of the Undersecretary
for Operations in Charge of Convergence projects
Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)
5th floor, Room 502, Bonifacio Drive, Port Area, Manila 1018
Tel. No. +632-5304-3023 / +632-5304-3266
Email: ayapana.eric@dpwh.gov.ph






ERIC A. AYAPANA
Officer-in-Charge, Office of the Undersecretary
for Operations in Charge of Convergence projects
Chairperson, Bids and Awards Committee for Consulting Services (BAC-CS)


Date Signed: ___________________






ANNEX A – Guidance on the contents of EOI

4.1 EOIs to be submitted in one (1) original hard copy, and one (1) PDF electronic copy in flash drive (note: original hard copy shall prevail in the evaluation) within the stated deadline and address as specified in the main text of REOI. An EOI for this consultancy assignment must be submitted in a separate sealed envelope marked (outside of the envelope):

“EOI for Consulting Services for the Detailed Engineering Design and Construction Supervision of Public School Buildings and Health Facilities Selected for Retrofitting and Strengthening/Upgrading in Preparation for “The Big One” under IBRD Loan No. 9251-PH: Philippines Seismic Risk Reduction and Resilience Project – FIRM 4;

Submission Date: ______________ (DD/MM/YYYY);

Submitted By: ________________(Name of Firm)

(specify whether ‘ORIGINAL’ or ‘COPY No. 1’) ”


4.2 EOIs should have a maximum of 50 pages only (excluding supporting documents). EOI format:

 Font Style: Verdana
 Minimum Font Size: 10
 Single Line Spacing
 Paper Size: A4
 Put pagination in the lower right corner of the paper
 All pages must be signed by Authorized Representative

4.3 Each EOI needs to include the following:

4.3.1 A cover letter expressing interest in the services and briefly stating which contract is being applied for. (should be maximum 3 pages)

4.3.2 Firm’s overall profile (should be maximum 20 pages). Should include the following but not limited to Organizational Structure, Overall Organizational Structure, Information on Manpower with technical and professional competence necessary for successful implementation of the Assignment, and the information below:

Consultant Name Acronym Country of Incorporation Role
[Sole Firm / Lead JV Partner/ JV Partner/ Sub-Consultant] Contact Details of the Firm
[Tel. No., Email, Fax No.] Year of Business Establishment, Key business fields


4.3.3 Firm’s Director or Manager or Equivalent Position: authorization letter/letter of appointment

4.3.4 Experience of the Firm in tabular form below, applied to Similar Experience, Other Related Experience, and Geographical Competence Experience. List the largest value and most relevant projects to this assignment first. Minimum Details should include the following but not limited to (should be maximum 30 pages):

Project Reference No. XX
Experience of (Insert Name of Consulting Firm)
Contract/Project/Assignment Title and Number (Insert complete contract name/title/number)
Country of Assignment/Name of project site
Contract Cost (Insert Currency and Amount)
Contract Cost % Share / Amount Paid to your Firm (Insert % of share in the Consulting Services Contract or Amount Paid to your Firm. ONLY amount paid to the Firm shall be considered)
Contract Signing Date (DD/MMM/YYYY)
Contract Duration (Insert Months)
Start Date (DD/MMM/YYYY)
Completion Date (DD/MMM/YYYY)
Client / Employer (Insert Name, Contact Information, Full Address)
Funding Source
Role in the Project/Assignment (Specify whether Sole Firm / Lead JV Partner/ JV Partner/ Sub-Consultant)
Brief Description (Insert brief description of consultant’s role/involvement/tasks in the assignment, number of man-months, project description, output/deliverable, etc.)

4.3.5 Appendix/Attachments (will not be part of the page limit):

 Certificate of Incorporation of the Firm
 Certificate of Incorporation of the JV member (for each member)
 Letter of Association
 Documentary evidence showing year of business establishment, business fields
 ISO Certifications
 Audited Financial Report for the last three years (2020, 2021, 2022)

If the Firm applies for both Contracts, the Firm and/or the JV member shall submit the following:
 Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate of the Single Largest Consulting Services Contract

----------------------------------------------------(Nothing Follows)------------------------------------------------------