NATIONAL KIDNEY AND TRANSPLANT INSTITUTE has floated a tender for BFO No. 18-006 Provider for the Learning and development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute with a Total numbe.... The project location is Philippines and the tender is closing on 09 Jul 2018. The tender notice number is BFO No. 18-006, while the TOT Ref Number is 24368724. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Philippines

Summary : BFO No. 18-006 Provider for the Learning and development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute with a Total numbe...

Deadline : 09 Jul 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 24368724

Document Ref. No. : BFO No. 18-006

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL KIDNEY AND TRANSPLANT INSTITUTE
Giena G. Ramos
BAC. Sec.
East Avenue, Quezon City
Quezon City
Metro Manila
Philippines 1100
63-02-9810300 Ext.1157

bac@nkti.gov.ph
Philippines
Email :bac@nkti.gov.ph

Tender Details

BFO No. 18-006 Provider for the Learning and development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute with a Total numbe...

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Comittee

East Avenue, Quezon City 1100

981-0300 / 981-0400 local 1157

http://www.nkti.gov.ph/





BEST AND FINAL OFFER

for the



BFO No. 18-006: Provider for the Learning and development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute with a Total number of 225 Employees (5 Executives. 78 Managers and 142 Supervisors and High Potential Employees)



Source of Fund: Corporate Operating Budget (COB)



The National Kidney and Transplant Institute (NKTI) intends to apply the sum as specified below being the Approved Budget for the Contract (ABC) to payments under the above-mentioned project.



Whereas, BAC Resolution REI No. 18-001-FAILED for the Provider for the Learning and Development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute dated March 19, 2018 was issued declaring 1st failure of bidding of the above project;



Whereas, BAC Resolution REI No. 18-003 Re-bidding for the Provider for the Learning and Development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute dated May 30, 2018 was issued declaring 2nd failure of bidding and recommend the use of negotiated method of procurement pursuant to Section 53.1 of the Revised Implementing Rules and Regulation of R.A. 9184;



Whereas, a mandatory review of 2nd failure of bidding of the above project dated June 18, 2018 was conducted to determine the reasons and causes of the 2nd failure of bidding;



Whereas, by virtue of above resolutions the BAC now invites interested suppliers for the Best and Final Offer of the hereunder project;



Item/Description

Approved Budget for the Contract (ABC)



Provider for the Learning and Development Program for Middle Managers, Top Management and -œHigh Potential- Employees of the National Kidney and Transplant Institute Php 1, 400, 000.00





The schedules of best and final offer activities are as follows:



ACTIVITIES SCHEDULE

Advertisement / Posting of Invitation to Bid June 22, 2018

Issuance and Availability of Bid Documents June 22, 2018 onwards,

8:00 am to 12:00 noon

Negotiation with the suppliers June 27, 2018 (Wednesday) 2:00 PM

Issuance of Supplemental Bid Bulletin (if any) July 2, 2018 (Monday)

Opening of Best of Final Offer July 9, 2018 (Monday) 2:00 PM



Please submit your best proposal/quotation in Three (3) sets ELIGIBILITY AND TECHNICAL DOCUMENTS ARRANGED, NUMBERED, TABBED AND SOFT BOOK BINDED BLUE FOLDERS (ORIGINAL, COPY 1 and COPY 2) and Three (3) sets FINANCIAL DOCUMENTS ARRANGED, NUMBERED, TABBED AND SOFT BOOK BINDED YELLOW FOLDERS (ORIGINAL, COPY 1 and COPY 2) on or before July 9, 2018, (Monday) at the G/F BAC Conference Room, NKTI Main Building at 2:00 P. M. with the following requirements:



CONTENTS OF ELIGIBILITY AND TECHNICAL BLUE FOLDER:



(1) Eligibility Requirements:

a. Registration Fee in the amount of P1, 600.00



b. PhilGEPS Certificate of Registration and Membership in accordance with section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Officer or Post, which shall submite their eligibility documents under Section 24.1 of the IRR, provided, that the winning Consultant shall register with PhilGEPS in accordance with Section 37.1.4 of the IRR;



c. Statement of the prospective bidder of all its ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid within the last five (5) years from the date of submission of Eligibility Documents. Assignments completed by individual experts working privately or through other consulting firm cannot be claimed as the experience of the prospective bidder or that of its associate but can be claimed by the individuals in their curriculum vitae (CV). Use Form EDS 1 for individual projects, and Form EDS 2 to summarize these projects.



The statement shall include, for each contract, the following:

1. the name and location of the contract;

2. date of award of the contract;

3. type and brief description of consulting services;

4. consultant-s role (whether main consultant, subcontractor, or partner in a JV)

5. amount of contract;contract duration; and

6. certificate of satisfactory completion or equivalent document such as copy of contract or terminal report in the case of a completed contract;



d. Duly notarized statement of Single Largest Similar Completed Contract (SLSCC), within the past five (5) years, equivalent to at least FIFTY percent (50%) of the (ABC).



1. name of the contract;

2. date of the contract;

3. kinds of Goods;

4. Contract duration;

5. amount of completed contract

6. date of delivery; and

7. end user-s acceptance or official receipt(s) issued for the contract, if completed.

8. Certificate of Completion and/or final acceptance of Single Largest Similar Completed Contract.



For this purpose, similar contracts shall refer to Consulting, Development and Implementation of Training Programs for Leadership and Management.





e. The firm-s audited financial statements, showing, among others, the consultant-s total and current assets and liabilities, stamped -œreceived- by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years (2016 and 2017) from the date of bid submission. In case of foreign consultant, the latter must submit an equivalent document (ED 2.2);



f. Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions in accordance with ED Clauses 1.2;





g. Additional Mandatory Requirements for the Firm:



1. Should have a valid accreditation from the Philippine Civil Service Institute (CSI) - Civil Service Commission.



2. The firm is an active member (valid and current membership) of a recognized professional body (submit Certificate of Membership from Professional body) e.g. People Management Association of the Philippines (PMAP) or Philippine Society of Training and Development (PSTD) or its equivalent.



(2) Duly accomplished and signed Form No. 1 Summary of Previous and Current Contract Commitments and Work in Progress Similar or Related to The Project;



(3) Duly accomplished and signed Form No. 2 List of Equipment;



(4) Duly accomplished and signed Form No. 3 Company/Firm-s Profile;



(5) Duly accomplished and signed Form No. 4 Summary of Proposed Key Personnel of the Firm;



(6) Duly accomplished and signed Form No. 5 Oath of Undertaking;



(7) Duly accomplished and signed TPF No. 1 Technical Proposal Submission Form;



(8) Duly accomplished and signed TPF No. 2 Consultant-s References;



The consulting firm should have prior experience of at least five (5) years in operations from date of Submission of Eligibility Documents, handling comprehensive Human Resource Management advisory and consultancy service and other HR related services to various clients from both government or private organizations evidenced by previous and on-going projects.



(9) Duly accomplished and signed TPF No. 3 Description of the Methology and Work Plan for Performing the Project;



(10) Duly accomplished and signed TPF No. 4 Team Composition and Task;



(11) For Technical Expertise: Duly accomplished and signed TPF No. 5 Format of Curriculum Viate (CV) for Propsoed Professional Staff;



1. Team Lead Learning and Development Specialist:



i. At least 15 years progressive experience in designing, conduting and evaluating Learning and Development Programs for medium to alrge institutions (at least 1500 employees)



ii. At least 5 years of this experience should be as Lead Trainer Designer;



iii. Active Member (valid and current membership in good standing) of a recongnized professionsal body (submit Certificate of Good Standing from Professional body) e.g. People Management Association of the Philippines (PMAP) of Philippine Society of Traing and Development (PSTD) or its equivalent.



iv. With demonstrated expertise in the following competencies or its equivalent evidenced by certificate of attendance of the proposed Team Lead Learing and Development Specialist of the firm from training organizations, training providers and the academe:



a. Organizational Development (Organizational Review, Diagnosis, Design, and Intervantions);

b. Current models for Strategic Learning and Development (L&D) and organizational change management;

c. L&D Program Design;

d. L&D Methodologies and Evaluation;

e. L&D Strategy and business processes, and



2. Learning and Development Specialist:



i. At least ten (10) years progressive experience in conducting and evaluating Learning and Development Programs for medium to large institutions (at least 1500 employees);



ii. With demonstrated expertise in the following competencies or its equivalent evidenced by certificate of attendance of the proposed Learning and Development Specialist of the firm from training organizations, training providers and the academe:

a. L&D Instruction and Facilitation;

b. L&D Methodologies and Evaluation; and

c. Quantitative and qualitative data collection and analysis in L&D.



(12) Duly accomplished and signed TPF No. 6 Time Schedule for Professional Personnel;



(13) Duly accomplished and signed TPF No. 7 Activity (Work) Schedule;



(14) Duly accomplished and signed Terms of Reference provided;



(15) Duly signed and notarized OMNIBUS AFFIDAVIT in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the prescribed form (Please see attached);



CONTENTS FINANCIAL YELLOW FOLDER:



(1) Duly accomplished and signed FPF No. 1 Financial Proposal Submisison Form;



(2) Duly accomplished and signed FPF No. 2 Summary of Costs;



(3) Duly accomplished and signed FPF No. 3 Breakdown of Proce per Activity;



(4) Duly accomplished and signed FPF No. 4 Breakdown of Renumeration per Activity;



(5) Duly accomplished and signed FPF No. 5 Miscellaneous Expenses;



(6) Duly accomplished and signed Form of Contract Agreement;







The National Kidney and Transplant Institute reserves the right to accept or reject any proposal, to annul the process, and to reject all the same at any time prior to contract award, without thereby incurring any liability to the affected suppliers.



For any inquiry, please feel free to see the BAC Secretariat at specified address below:



BAC Secretariat

G/F NKTI Main Building

East Avenue, Quezon City

Tel No. 981-0400 loc 1157





(Sgd) ELECIO L. TRIBUNALO, RCE, MGM

Chairman, Bids and Awards Committee

June 21, 2018





Pre-bid Conference

DateTimeVenue

27/06/20182:00 PMBAC Conference Room, G/F NKTI Main Building

Closing Date : 2018-07-09

Documents

 Tender Notice