Terms of Reference - brms.e-subicbay.combrms.e-subicbay.com/docs/bids/327/MWkSrpEasIhL12... · to...
Transcript of Terms of Reference - brms.e-subicbay.combrms.e-subicbay.com/docs/bids/327/MWkSrpEasIhL12... · to...
101
TERMS OF REFERENCE
PROCUREMENT OF CONSULTING SERVICES FOR THE FORMULATION AND
IMPLEMENTATION OF A DIVESTMENT STRUCTURE FOR THE SUBIC BAY
INTERNATIONAL AIRPORT
1. BACKGROUND / RATIONALE
The Subic Bay Metropolitan Authority (“SBMA”) intends to divest itself of the
operation and management of the Subic Bay International Airport (SBIA). The SBMA
recognizes the potential of the SBIA as a transportation hub for business, general
aviation and charter flight operations. To achieve that goal, it needs the participation of
the private sector not only for the investment it can provide but also the expertise
necessary to run the operations and management of the SBIA towards it growth.
The SBMA board on its regular session approved a resolution for the SBIA to
undergo a divestment proceeding.
To further enhance its potential and to attract more investments, the Subic Bay
Metropolitan Authority has recently commenced a program of rehabilitation and
upgrading of the communications, navigational and surveillance equipment of the Subic
Bay International Airport using funds provided by the National Government to restore
its reliability and capability as an International Airport allowing aircraft to operate under
instrument Flight Rules (IFR).
The operation and management of the Subic Bay International Airport by the Subic
Bay Metropolitan Authority is provided for under Republic Act No. 7227. The divestment
arrangement shall be governed and guided by Republic Act No. 6957, as amended by
Republic Act No. 7718, otherwise known as the “BOT Law”, and its Implementing Rules
and Regulations (IRRs) or the NEDA Joint Venture (JV) Guidelines or other
appropriate laws relevant to the chosen mode of divestment.
2. CAVEAT
The information in this TOR is given to assist prospective CONSULTING FIRMS
engaged in the provision of consulting services in the preparation of their proposal and / or
serve as a guide in the performance of the required services if awarded the contract. The
SBMA does not guarantee the accuracy and completeness of the information contained
herein or its various attachments. In all cases, interested parties should conduct and exert
their own diligence, investigations, and projections for the proposed project:
None of the information herein will be used by the recipient or any of its employees or
representatives in any manner whatsoever, in whole or in part, other than in connection
with its evaluation of works for the purposes of considering the provisions of services
proposed herein.
Without limiting the generality of the foregoing, the recipient will not reproduce this
TOR to any person other than a limited number of the recipient employees or
representatives who have a clear need to know such information; and
102
Any proposed action by the recipient which is inconsistent in any way with the
foregoing agreements will require written consent from the SBMA.
While the SBMA is open to all applications from qualified parties, SBMA reserves the
right to reject any and all bids for this consulting services, declare a failure of bidding, or
not award the contract in accordance with Section 41 Reservations Clause of RA 9184.
3. OBJECTIVES AND EXPECTED RESULTS
The overall objective of this Terms of Reference is to procure and engage the
services of a consulting firm to identify and formulate a mode of divestment for the Subic
Bay International Airport that is consistent with the policies and programs of the Subic
Bay Metropolitan Authority. The formulated mode of divestment shall ensure that all areas of
concern, all possible options and their implementation have been carefully considered.
At the end of the consulting services it is expected that a suitable and advantageous
form of divestment shall have been identified, formulated and ready for implementation
which shall include all the articulated outputs and results mentioned above and in the
Scope of Services of this TOR.
It shall have the following results and outputs:
a. Identification of the most suitable and advantageous form of divestment.
b. Identification and mitigation of all areas of concern: Legal, Financial, Technical and
the Socio- Economic implications to affected stakeholders.
c. Incorporation of the existing MOA with the AFP in the divestment arrangement.
The provisions for the utilization of joint areas along the SBIA for AFP operations
as indicated in the MOA should be included in the planning and development of the
Airport facilities and operations.
d. Determination of the full utilization of airport assets and to come up with an
inventory and database of airport-owned properties through an Airport Asset
Management Program, including but not limited to the existing hangars/buildings
and spaces vacant building space and land available for commercial development,
as well as their site-specific attributes.
4. SCOPE OF SERVICES
The CONSULTING FIRM’s scope of services is outlined below and described in detail
in Annex “E” of this Terms of Reference. The consulting firm shall provide professional
services in performing these works to ensure that the desired results stated in the above
objectives are met through advanced methods and techniques in accordance with the
requirements set forth herein. The services to be performed are divided in two phases listed
as follows:
103
A. Phase I: Inception Phase
Familiarization of the Undertaking based on existing relevant documents
regarding the Subic Bay International Airport and the extent of its aerodrome
operation.
Presentation and discussion of the consulting firms plans and programs to
attain the desired result of this Terms of Reference to the representatives of the
SBMA/SBIA.
Submission of inception report and the first monthly report
B. Phase II: Divestment Scheme Identification and Preparation
Under this phase, the consulting firm should accomplish the following:
Formulation of the Proposed Divestment Scheme
Preparation of Divestment Agreements and Any Ancillary Agreements:
Preparation/Compilation of Bid Tender documents for the chosen mode of
divestment and the necessary and required inclusions therein;
Financial and Economic Analyses of the chosen mode of divestment
Other outputs as required
5. TIMELINES AND DELIVERABLES
Commencement Date and Period of Consulting Services
The consulting service with the desired results shall be completed within a
period of 4 months commencing from the date stated on the Notice to Proceed
(NTP). Phase I shall be for a period of three weeks, Phase II for a period of three
months.
Refer to Annex A for an illustration of the indicative implementation timeline of
the consulting service.
Submission of Reports
Within seven (7) days from the date of commencement indicated in the Notice
to Proceed of the consulting service, the consulting firm shall submit to and discuss
with SBMA its plans and programs in achieving the intended results and outputs
stipulated in this Terms of Reference.
An electronic copy of the report shall be provided to SBMA in every submission
of the hard copy.
The Inception Report shall include, among others, the approved detailed plans
and programs, the description of the corresponding activities as stated in Phase I,
Section 4, Scope of Services, milestones to be accomplished and the approaches
and methodologies to be utilized in the formulation of the Study. It shall be
submitted three weeks after the date of the Notice to Proceed.
104
The Monthly Progress Reports shall include updates on the physical and
financial accomplishments of each activity under Section 4, Scope of Services,
detailed in Annex E and other works as stipulated in this Terms of Reference,
including the difficulties encountered and measures taken to overcome them.
Submission of this is within 3 calendar days from end of agreed month period.
The Draft Final Reports and Documents, which shall be submitted to
concerned SBMA Department or Committee for final approval, shall consist of the
consolidated monthly reports, the Draft Bid Tender Documents and other required
outputs listed in this Term of Reference. This is to be submitted two (2) months
after the review and approval of the Inception Report.
The Final Bid Tender Documents, which shall be submitted to concerned
SBMA Department or Committee for final approval, shall consist of the
consolidated monthly reports, the Final Bid Tender Documents and other required
outputs listed in this Term of Reference. It shall be submitted one (1) month after
the submission of the Draft Reports and Documents.
The Final Report which shall be submitted to SBMA for final approval shall
consist of all the consolidated deliverables and outputs required in this Terms of
Reference. This will be submitted after the completion of the final bid tender
documents.
Other reports and documents as may be deemed necessary by the SBMA and
SBIA to be relevant and contiguous to the formulation of the mode of divestment
process. It shall be submitted within the time frame of its necessity.
The number of copies of and the date of submision of documents and reports is
listed in Table 1.
Table 1.
Deliverables Hard
Copy
Soft
Copy Timeline
Familiarization and
Submission of Plans
and Programs
3 set 2 sets 7 days after issuance of the Notice to
Proceed
Inception Report 6 sets 2 sets Three (3) weeks from receipt of Notice to
Proceed (NTP)
Monthly Progress
Report 6 sets 2 sets
within three(3) calendar days from end of
agreed month-period
Draft Final Report,
includes Draft Bid
and Tender
Documents
6 sets 2 sets Two (2) months from review and approval
of Inception Report by SBMA
Final Bid and
Tender Documents 10sets 3 sets
One (1) month after receipt of Draft Final
Report and Draft Bid and Tender
Documents
Final Report 6 sets 3 sets To be submitted after the completion of
final bid and tender documents
105
Other required
Outputs 6 sets 3 sets
As required but not to exceed the period of
the consulting service. To include but not
limited to the Airport Asset Management
Program.
6. EXPERTISE REQUIREMENTS AND QUALIFICATIONS
The conduct of the consulting services for the Scope of Works as stipulated in this Term of
Reference shall be undertaken by a Consulting Firm composed of the following key experts
whose minimum qualifications are stated in Annex C.
Key / Managerial Staff
Project Manager / Team Leader
Airport Engineer
Legal Specialist
Economist / Demand Forecast Specialist
Financial Specialist
Aviation Specialist
Technical Support Staff
Engineer (any discipline relevant to the undertaking)
Document / Quantity Surveyor / Cost Specialist
CAD Operator
Administrative Support Staff
Admin Officer/ Secretary
Encoder/Clerk
Driver
Utility man
7. CRITERIA FOR SHORT LISTING AND SELECTION OF CONSULTING
FIRMS
Prospective Consulting Firms must have at least ten (10 years) of experience related to
this project and shall be shortlisted based on the criteria shown in Annex B.1 as summarized
below:
Applicable Experience of the Firm (50%)
Qualification of Key / Organic Personnel who may be assigned to the project; and
(30%)
Job Capacity (20%)
The Highest Rated Bid of the Short Listed Firms shall be determined using the Quality-
Cost Based Selection procedure under Republic Act (RA) No. 9184, or the Government
Procurement Reform Act (GPRA), and its Revised Implementing Rules and Regulations (IRR)
and based on the criteria shown in Annex B.2 as summarized below:
106
Technical Proposal : 80%
Financial Proposal : 20%
8. INSTITUTIONAL SET-UP / RESPONSIBILITIES
1. SBMA/SBIA
a. Shall be the Executing Agency and the beneficiary / end –user of the
consulting services;
b. Shall be responsible for the monitoring and evaluation of the progress of the
Study and approval of reports to ensure delivery of outputs as specified in
this TOR;
c. Shall provide assistance in the coordination with other agencies related to
the Study;
d. Shall be responsible for contract implementation and management,
including ensuring the quality of outputs;
e. Shall have the option to detail at least one (1) counterpart technical
personnel to the Project for the purpose of on-the-job capacity building /
technology transfer; and
f. Shall provide, upon the request of the Consulting Firm, available
information / data and also, if available, copies of previous related studies
subject to the execution of the Non-Disclosure Agreement, if necessary.
2. Consulting Firm
a. Shall be responsible for the conduct of the Study and the timely delivery
of results / outputs as indicated in this TOR;
b. Shall be responsible for the provision of necessary office space, which
shall be within close proximity to SBMA, for their project staff as well as
the detailed personnel, including the necessary office equipment (i.e.,
computer, printers, office supplies, etc.) for the conduct of the Study. See
Annex D for the list of minimum equipment required;
c. Shall; (a) carry out the services with sound engineering and accounting
theories and practices to ensure that the final works will provide the most
optimal and feasible development of the undertaking; (b) accept full
responsibility for the consulting services to be performed under this TOR
for which the Consulting Firm is liable to SBMA ; (c) perform the work in
an efficient and diligent manner and shall use its best effort to keep
reimbursable costs down to the possible minimum without impairing the
quality of services rendered; and (d) comply with, and strictly observe any
laws regarding workmen’s health and safety, workmen’s welfare,
107
compensation for injuries, minimum wage, hours of labor and other labor
laws;
d. Shall: (a) keep accurate and systematic records and accounts in respect of
the services in such form and detail as is customary and sufficient to
establish accurately that the costs and expenditures under this TOR have
been duly incurred; and (b) permit the duly authorized representatives of
the SBMA from time to time to inspect its records and accounts as well as
to audit the same;
e. Shall not assign nor subcontract any part of the professional engineering
and accounting services under this TOR to any person or firm, except with
prior written consent of SBMA. The approval by the SBMA to the
assignment of any part of said services or to the engagement by the
Consulting Firm of sub-contractors to perform any part of the same shall
not relieve the Consulting Firm of any obligation under this TOR;
f. Shall, during or after the conclusion or termination of the Study, limit its
role under the Project to the provision of the services and hereby
disqualifies itself and any other contractor, consulting engineer or
manufacturer with which it is associated or affiliated, from the provision
of goods and other services other than the services herein, except as SBMA
may otherwise agree;
g. Shall not at any time communicate to any person or entity any information
disclosed to them for the purpose of this services, nor shall the Consulting
Firm make public any information as to the recommendations formulated
in the course of or as a result of the services, except with prior consent of
SBMA;
h. Shall agree that nothing contained herein shall be construed as establishing
or creating between SBMA and the Consulting Firm, the relationship of
employer and employee or principal or agent, it being understood that the
position of the Consulting Firm and anyone else performing the services is
that of an independent contractor;
i. Shall hold the SBMA free from any and all liabilities, suits, actions,
demands, or damages arising from death or injuries to persons or
properties, or any loss resulting from or caused by said personnel incident
to or in connection with the services under this TOR. The Consulting Firm
shall agree to indemnify, protect and defend at its own expense the SBMA
and its agents from and against all actions, claims and liabilities arising out
of the services, including the use of, or violation of any copyrighted
materials, patented invention, article or appliance;
9. MODE OF PROCUREMENT AND APPROVED BUDGET FOR THE
CONTRACT (ABC)
108
The procurement of the consulting services shall be through competitive public bidding.
The ABC for the proposed Study is, SIX MILLION AND 0/100 PESOS (PHP
6,000,000.00) drawn from the SBMA Corporate Operating Budget. It is inclusive of
all applicable professional fees, and other incidental and administrative costs which shall
be paid on a reimbursement basis (e.g., travel expenses, communication expenses, office
supplies, office space, and other expenses deemed necessary for the project as certified by
the SBMA).
Note that this consulting service contract shall be a fixed price contract. Any extension
of contract time shall not involve any additional cost to the SBMA.
10. PAYMENT SCHEME / MODE
Payment of the CONSULTING FIRM for its services shall be made by the SBMA as
follows:
a. Advance Payment shall be Fifteen Percent (15%) of the Contract Price
(CP) and shall be made only upon the submission of a written request by
the CONSULTING FIRM together with an irrevocable standby letter of
credit issued by an entity acceptable to the SBMA and of an amount equal
to the advance payment.
b. Fifteen Percent (15%) of the Contract Price shall be paid by the SBMA
to the CONSULTING FIRM upon submission and acceptance by SBMA of
the 1st Monthly Progress Report.
c. Sixty Percent (60%) of the Contract Price shall be paid by the SBMA to
the CONSULTING FIRM upon submission to, and approval by, SBMA in
accordance with the delivery of the following outputs;
2nd Monthly Progress Report – 10 % of the CP
3rd Monthly Progress Report – 10% of the CP
Draft Final Bid Documents - 20% of the CP
Final Bid Documents – 20% of the CP
d. The final ten Percent (10%) of the Contract Price will be paid by the
SBMA to the CONSULTING FIRM upon completion of the services
stipulated herein and the submission of the FINAL REPORT as evidenced
by the issuance of SBMA the Certificate of Completion.
RETENTION PAYMENT
109
A retention payment of ten percent (10%) shall be withheld. It shall be based on
the total amount due to the Consulting Firm prior to any deduction and shall be retained
from every progress payment until 50% of the value of Study, as determined by
SBMA, is completed. If, after 50% completion, the Study is satisfactorily done and
on schedule, no additional retention shall be made; otherwise, the 10% retention shall
be imposed.
The total "retention money" shall be due for release upon approval of the Final
Report. The Consulting Firm may, however, request the substitution of the retention
money for each progress billing with irrevocable standby letters of credit from a
commercial bank, bank guarantees, or surety bonds callable on demand, of amounts
equivalent to the retention money substituted for and acceptable to SBMA provided
that the project is on schedule and is satisfactorily undertaken. Otherwise, the 10%
retention shall be made. Said irrevocable standby letters of credit, bank guarantees
and/or surety bonds, to be posted in favor of SBMA shall be valid for the duration of the
contract.
110
ANNEX “A” – Indicative Timeline of the Study
The Consulting Services shall be undertaken over a CUMULATIVE period of four
(4) months as shown below:
(See Annex F for more details)
Scope of Consulting Services
Months
1 2 3 4
Phase 1 - Inception Report
Phase 2 – Formulation of Divestment
Scheme and Preparation of Documents
111
ANNEX “B“
Criteria for Short Listing of Consulting Firm for the Formulation of the Divestment
Structure
Short Listing of Consultants:
Only prospective proponents/bidders whose submitted contracts are similar in
nature and complexity to the contract to be procured/bid shall be considered for short listing.
The SBMA through its BAC for Consultancy shall draw up the short list of
prospective proponents/bidders from those declared eligible using the detailed set of criteria
and rating as specified.
Short listed consultants shall be invited to participate in the procurement/bidding
for this project through a Notice of Eligibility and Short Listing issued by the SBMA –BAC
for Consultancy.
Prospective pronents/bidders who fail to meet the minimum requirements shall be
immediately disqualified and shall not be considered for shor listing.
Note:
Rating Factor Points /Weight
1 Applicable Experience of the Firm
Completed consulting services of size,
complexity and technical specialty comparable
(similar / relevant) to the job under
consideration, including quality of
performance.
Other completed consulting services related to
the job under consideration.
50
2 Qualifications of Key / Organic Personnel who
may be Assigned to the Project
30
3 Job Capacity
Absorptive capacity to do additional works
other than those currently being undertaken
20
100
112
Similar contracts refer to those with scope of works involving the formulation of
divestment structure of government assets and corporations related to transporation or
aviation sector.
Relevant experience pertains to those with scope of works involving the formulation of
divestment structure of government assets and corporations related to transporation or
aviation sector, related studies/services such as business case reports, pre-feasibility
studies, feasibility studies, ex post evaluation, and impact assessment/evaluation.
113
ANNEX B.1 - Point System for Short Listing
Criteria for Technical Proposal Assigned
Point
Point System
(Assigned Point x %)
I. Applicable Experience of the Firm 50 40% of Assigned
Point (Minimum)
60% of Assigned
Point
80% of Assigned
Point
100% of Assigned
Point
A. Years of experience of the firm 25 10 – 12 years
10 points
13 - 16 years
15 points
17 – 19 years
20 points
20 years and above
25 points
B. Total number of Consulting Services
completed 25
10 projects or less
10 points
11 – 14 projects
15 points
15 - 19 projects
20 points
20 projects or more
2 points
II. Qualifications of Personnel 30
A. Academic Credential 12.5
With Bachelor’s Degree and
or Licensed Professional as
specified in Annex C if
applicable
With Master’s Degree as
specified in Annex C
International Affiliations if
Applicable
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 2.1875 Licensed Professional
(0.88 points)
Master’s Degree
(1.53 points)
member of related
international association
(2.1875 points)
b. Airport Engineer 1.875
Licensed Engineer /
Architect
(0.75 points)
Master’s Degree related to
engineering / planning
(1.31 points)
member of related
international association
(1.875 points)
c. Legal Specialist 1.25 Licensed (Bar passer)
(0.5 points)
Master’s Degree related to
field of expertise
(0.875 points)
member of related
international association
(1.25 points)
114
Criteria for Technical Proposal (Cont’d)
Assigned
Point
Point System
(Assigned Point x %)
d. Economist / Demand Forecast Specialist 1.25
Bachelor’s Degree in
Economics
(0.5 points)
Master’s Degree related to
field of expertise
(0.875 points)
member of related
international association
(1.25 points)
e. Financial Specialist 1.25 Certified Public Accountant
(0.5 points)
Master’s Degree related to
field of expertise
(0.875 points)
member of related
international association
(1.25 points)
f. Aviation Specialist 1.5625
Bachelor’s Degree related to
aviation
(0.625 points)
Master’s Degree related to
field of expertise
(1.09375 points)
member of related
international association
(1.5625 points)
Technical Support Staff
a. Engineer (any discipline relevant to the
output required) 1.1458
Licensed Engineer
(0.46 points)
Master’s Degree related to
field of expertise
(0.80 points)
member of related
international association
(1.1458 points)
b. Document / Quantity Surveyor 1.1458
Bachelor’s Degree related to
technical profession
(0.46 points)
Master’s Degree related to
field of expertise
(0.80 points)
member of related
international association
(1.1458 points)
c. CAD Operator 0.8333
2 years Vocational Degree
related to profession
(0.33 points)
Bachelor’s Degree related
to field of expertise
(0.58 points)
Master’s Degree related to
field of expertise
(0.8333 points)
B. Years of Experience 12.5
Minimum years of
experience as specified in
Annex C
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 2.1875 10 years or less
(0.88 points)
11 - 14 years
(1.53 points)
15 years or more
(2.1875 points)
b. Airport Engineer 1.875 10 years or less
(0.75 points)
11 – 14 years
(1.31 points)
15 years or more
(1.875 points)
c. Legal Specialist 1.25 10 years or less
(0.50 points)
11 – 14 years
(0.875 points)
15 years or more
(1.25 points)
Criteria for Technical Proposal (Cont’d)
Assigned
Point
Point System
(Assigned Point x %)
115
d. Economist / Demand Forecast Specialist 1.25 10 years or less
(0.50 points)
11 – 14 years
(0.875 points)
15 years or more
(1.25 points)
e. Financial Specialist 1.25 10 years or less
(0.50 points)
11 – 14 years
(0.875 points)
15 years or more
(1.25 points)
f. Aviation Specialist 1.5625 10 years or less
(0.625 points)
11 – 14 years
(1.09375 points)
15 years or more
(1.5625 points)
Technical Support Staff
a. Engineer (any discipline relevant to the
required output) 1.1458
5 years or less
(0.46 points)
6 - 9 years
(0.80 points)
10 years or more
(1.1458 points)
b. Document / Quantity Surveyor 1.1458 5 years or less
(0.46 points)
6 - 9 years
(0.80 points)
10 years or more
(1.1458 points)
c. CAD Operator 0.8333 5 years or less
(0.33 points)
6 - 9 years
(0.58 points)
10 years or more
(0.8333 points)
C. Seminars, trainings and recognitions 5
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 0.875 10 or less
(0.35 points)
11 – 19
(0.61 points)
20 or more
(0.875 points)
b. Airport Engineer 0.75 10 or less
(0.3 points)
11 - 19
(0.525 points)
20 or more
(0.75 points)
c. Legal Specialist 0.6042 10 or less
(0.24 points)
11 – 19
(0.42 points)
20 or more
(0.6042 points)
d. Economist / Demand Forecast Specialist 0.6042 10 or less
(0.24 points)
11 - 19
(0.42 points)
20 or more
(0.6042 points)
e. Financial Specialist 0.6042 10 or less
(0.24 points)
11 - 19
(0.42 points)
20 or more
(0.6042 points)
f. Aviation Specialist 0.625 10 or less
(0.25 points)
11 - 19
(0.44 points)
20 or more
(0.625 points)
Criteria for Technical Proposal (Cont’d)
Assigned
Point
Point System
(Assigned Point x %)
Technical Support Staff
116
a. Engineer (any discipline relevant to the
output required) 0.3542
5 or less
(0.14 points)
6 – 9
(0.25 points)
10 or more
(0.3542 points)
b. Document / Quantity Surveyor 0.3542 5 or less
(0.14 points)
6 – 9
(0.25 points)
10 or more
(0.3542 points)
c. CAD Operator 0.2292 3 or less
(0.09 points)
4 – 7
(0.16 points)
8 or more
(0.2292 points)
III. Job Capacity 20 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
Current / On-going Projects handled, the firm
which has lesser projects will be scored
higher as it indicates possible accommodation
of new projects.
20 20 projects or more 19 – 11 projects 10 project or less
8 points 14 points 20 points
SUBTOTAL TECHNICAL PROPOSAL 100
117
ANNEX B.2 - Point System for Shortlisted (Quality Cost Based Selection)
TECHNICAL PROPOSAL
Criteria for Technical Proposal Assigned
Point
Point System
(Assigned Point x %)
I. Applicable Experience of the Firm 40 40% of Assigned
Point (Minimum)
60% of Assigned
Point
80% of Assigned
Point
100% of Assigned
Point
A. Years of experience of the firm 20 10 – 12 years
8 points
13 - 16 years
12 points
17 – 19 years
16 points
20 years and above
20 points
B. Total number of Consulting Services
completed 20
10 projects or less
8 points
11 – 14 projects
12 points
15 - 19 projects
16 points
20 projects or more
20 points
II. Qualifications of Personnel 24
A. Academic Credential 10
With Bachelor’s Degree and
or Licensed Professional as
specified in Annex C if
applicable
With Master’s Degree as
specified in Annex C
International Affiliations if
Applicable
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 1.75 Licensed Professional
(0.7 points)
Master’s Degree
(1.23 points)
member of related
international association
(1.75 points)
b. Airport Engineer 1.5
Licensed Engineer /
Architect
(0.6 points)
Master’s Degree related to
engineering / planning
(1.05 points)
member of related
international association
(1.5 points)
Criteria for Technical Proposal Assigned
Point
Point System
(Assigned Point x %)
c. Legal Specialist 1.0 Licensed (Bar passer)
(0.4 points)
Master’s Degree related to
field of expertise
(0.7 points)
member of related
international association
(1.0 points)
118
d. Economist / Demand Forecast Specialist 1.0
Bachelor’s Degree in
Economics
(0.4 points)
Master’s Degree related to
field of expertise
(0.7 points)
member of related
international association
(1.0 points)
e. Financial Specialist 1.0 Certified Public Accountant
(0.4 points)
Master’s Degree related to
field of expertise
(0.7 points)
member of related
international association
(1.0 points)
f. Aviation Specialist 1.25
Bachelor’s Degree related to
aviation
(0.5 points)
Master’s Degree related to
field of expertise
(0.875 points)
member of related
international association
(1.25 points)
Technical Support Staff
a. Junior Engineer (any discipline) 0.85 Licensed Engineer
(0.34 points)
Master’s Degree related to
field of expertise
(0.60 points)
member of related
international association
(0.85 points)
b. Document / Quantity Surveyor 0.85
Bachelor’s Degree related to
technical profession
(0.34 points)
Master’s Degree related to
field of expertise
(0.60 points)
member of related
international association
(0.85 points)
c. CAD Operator 0.75
2 years Vocational Degree
related to profession
(0.3 points)
Bachelor’s Degree related
to field of expertise
(0.53 points)
Master’s Degree related to
field of expertise
(0.75 points)
B. Years of Experience 10
Minimum years of
experience as specified in
Annex C
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 1.75 10 years or less
(0.7 points)
11 - 14 years
(1.23 points)
15 years or more
(1.75 points)
119
Criteria for Technical Proposal Assigned
Point
Point System
(Assigned Point x %)
b. Airport Engineer 1.5 10 years or less
(0.6 points)
11 – 14 years
(1.05 points)
15 years or more
(1.5 points)
c. Legal Specialist 1.0 10 years or less
(0.4 points)
11 – 14 years
(0.7 points)
15 years or more
(1.0 points)
d. Economist / Demand Forecast Specialist 1.0 10 years or less
(0.4 points)
11 – 14 years
(0.7 points)
15 years or more
(1.0 points)
e. Financial Specialist 1.0 10 years or less
(0.4 points)
11 – 14 years
(0.7 points)
15 years or more
(1.0 points)
f. Aviation Specialist 1.25 10 years or less
(0.5 points)
11 – 14 years
(0.88 points)
15 years or more
(1.25 points)
Technical Support Staff
a. Junior Engineer (any discipline) 0.85 5 years or less
(0.34 points)
6 - 9 years
(0.60 points)
10 years or more
(0.85 points)
b. Document / Quantity Surveyor 0.85 5 years or less
(0.34 points)
6 - 9 years
(0.60 points)
10 years or more
(0.85 points)
c. CAD Operator 0.75 5 years or less
(0.3 points)
6 - 9 years
(0.53 points)
10 years or more
(0.75 points)
C. Seminars, trainings and recognitions 4
Key Staff 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
a. Privatization Specialist/ Team Leader 0.7 10 or less
(0.28 points)
11 – 19
(0.5 points)
20 or more
(0.7 points)
b. Airport Engineer 0.6 10 or less
(0.24 points)
11 - 19
(0.42 points)
20 or more
(0.6 points)
c. Legal Specialist 0.425 10 or less
(0.17 points)
11 – 19
(0.3 points)
20 or more
(0.425 points)
d. Economist / Demand Forecast Specialist 0.425 10 or less
(0.17 points)
11 - 19
(0.3 points)
20 or more
(0.425 points)
120
Criteria for Technical Proposal Assigned
Point
Point System
(Assigned Point x %)
e. Financial Specialist 0.425 10 or less
(0.17 points)
11 - 19
(0.3 points)
20 or more
(0.425 points)
f. Aviation Specialist 0.5 10 or less
(0.2 points)
11 - 19
(0.35 points)
20 or more
(0.5 points)
Technical Support Staff
a. Engineer (any discipline) 0.315 5 or less
(0.13 points)
6 – 9
(0.22 points)
10 or more
(0.315 points)
b. Document / Quantity Surveyor 0.315 5 or less
(0.13 points)
6 – 9
(0.22 points)
10 or more
(0.315 points)
c. CAD Operator 0.295 3 or less
(0.12 points)
4 – 7
(0.21 points)
8 or more
(0.295 points)
III. Job Capacity 16 40% (Minimum) 70% of Assigned Point 100% of Assigned Point
Current / On-going Projects handled, the firm
which has lesser projects will be scored
higher as it indicates possible accommodation
of new projects.
16 20 projects or more 19 – 11 projects 10 project or less
6.4 points 11.2 points 16 points
SUBTOTAL TECHNICAL PROPOSAL 80
121
FINANCIAL PROPOSAL
Criteria for Financial Proposal Assigned
Point Point System
The Financial Proposal of the consultant will
be scored in relation to the lowest amount as
indicated in the Point System.
20
The consultant with the Lowest Financial Proposal gets maximum points (20
points).
The scores of other consultants (𝑆𝑓) will be computed based on the lowest
Financial Proposal using the formula:
𝑆𝑓 = 20 𝑥 𝐿𝑜𝑤𝑒𝑠𝑡 𝐹𝑖𝑛𝑎𝑛𝑐𝑖𝑎𝑙 𝑃𝑟𝑜𝑝𝑜𝑠𝑎𝑙
𝐹𝑖𝑛𝑎𝑛𝑐𝑖𝑎𝑙 𝑃𝑟𝑜𝑝𝑜𝑠𝑎𝑙 𝑢𝑛𝑑𝑒𝑟 𝑐𝑜𝑛𝑠𝑖𝑑𝑒𝑟𝑎𝑡𝑖𝑜𝑛
Where the ‘Financial Proposal under consideration’ is the Financial Proposal
of the consultant being evaluated.
SUBTOTAL (FINANCIAL PROPOSAL) 20
TOTAL 100
122
ANNEX “C” – Qualifications and Responsibilities
Personnel / Minimum Qualifications Responsibilities
a. Privatization Specialist/ Team Leader
Should be a licensed Professional
Minimum of 10 years of
experience in consulting service/
development/ planning/ operations
and privatization undertaking
Responsible for the overall supervision of the
project team, and in the management and
organization of the project. As the lead
personnel, the Team Leader shall ensure that
the project objectives are met and the
deliverables of the CONSULTANT are
carried out accordingly. The Team Leader
shall also be in-charge of the following
activities:
Lead the project team in all meetings and
workshops;
Planning and control of all project
activities;
Review / quality control of relevant
studies, data and reports.
Provide other technical inputs necessary
in the preparation of divestment plan.
He shall make, in coordination with the
other consultants a written report on the
financial, regulatory and other economic
delineations and responsibilities between
the SBMA and the spun off SBIA.
He will be required to produce brief
monthly reports of progress of the
privatization process including a
summary of the work and reports of all
other specialists. A particular
responsibility of the privatization
specialist will be the review of the
existing Airport Department and its
operations, assisted by the other
specialists where appropriate. This
will include, inter alia,
o The provisions for the
transition of operations to the private
entity from the present organization
and the identification of the transition
conditions of existing employees and
their retrenchment packages (this
123
should include the option of 12
months employment or payments in
kind in lieu of continuity of
employment).
b. Airport Engineer /Planner
Should be a licensed Architect
and/or Engineer
Minimum of 10 years of
experience related to field of
expertise
The Airport Engineer shall ensure that
the mode of divestment corresponds with
the applicable international standards
and the policies and requirements set by
the Civil Aviation Authority of the
Philippines (CAAP), the National
Building Code of the Philippines and all
other applicable codes and aviation
standards.
He will be required to review all
relevant documentation, prepare an
inventory and engineering report of all
navigational assets to be divested.
Advise on any modifications necessary
to the present regulatory provisions and
bodies with respect to aviation regulation
and recommend any actions necessary to
conform to these regulations.
In coordination with the
Economic/Financial Analyst,
determine the non - navigational asset
conditions and their valuation to be
divested.
Assist in the preparation of
submissions to the relevant national
agencies.
Review of the existing Airport
Department and its operations,
assisted by the other specialists where
124
appropriate.
Assist SBMA in any enquiry or
discussions regarding the
privatization/spin off, advise on the
content of the bidding documents and
Assist in the preparation of the
draft and final privatization/spin off
contracts.
He will be required to submit monthly
reports to the Privatization Specialist with
copies to the SBMA which describe his
activities during the month, list his key
outputs and explain any particular
difficulties or obstacles to progress, and
identify his proposed activities for the
following month.
c. Economist/ Demand Forecast
Specialist
Should have a Bachelor’s Degree
in Economics
Minimum of 10 years of
experience related to field of
expertise
Shall recognize, follow, and analyze
trends in the market.
Research historical data to map trends and
determine how they will influence the core
business of SBMA.
Prepare and present reports, charts, and
tables detailing these market factors to
help inform marketing and production
strategy decisions.
Prepare a risk analysis together with the
Financial specialist of the mode of
divestment and the
opportunities/advantages it presents .
d. Financial Analyst
Should be a Certified Public
Accountant
Minimum of 10 years of
experience related to field of
expertise
Review the current tariff structure of
SBIA and adjacent authorities and the
effect of any policies as they relate to spin
off/privatization undertaking
Conduct study on the effects of the spin
off/privatization to existing SBIA locators
and investors.
Provide and advise on how to mitigate
adverse economic impact of the spin
off/privatization to airport locators and
investors
Review of the existing Airport
Department and its operations,
assisted by the other specialists where
appropriate.
The consultant shall conduct a cost benefit
125
analysis including financial forecast and
market study reflecting the advantages
and disadvantages of transitioning the
operation and management of the SBIA to
the private sector.
Provide and recommend an economic
package in accordance with what is
allowed by law for the compensation of
the displaced airport personnel and
employees
Assist in the preparation of
submissions to the national
government;
Attend enquiries or discussions in
SBMA or at other national
government agencies
He will be required to submit monthly
reports to the Privatization Specialist
with copies to the SBMA/SBIA which
describe his activities during the
month, list his key outputs and explain
any particular difficulties or obstacles
to progress, and identify his proposed
activities for the following month.
Responsible for the financial and real
estate market analysis who shall identify
ideal modes of disposition that SBMA
may employ in the implementation of the
divestment, such as, but not limited to,
lease option, revenue-sharing or joint
venture scheme.
The Financial Analyst shall also prepare
realistic projections on the revenues that
may be generated from the formulation,
considering the formulation phasing (if
applicable). He/she shall evaluate the
financial viability of the plan, including
indicative financial returns to SBMA
which may guide in setting the bid price
for the property or portions of the property
at SBIA
e. Legal Specialist Responsible for the review of the
existing locators’ contractual
126
Should be a bar passer
Minimum of 10 years of
experience related to drafting
contractual agreements and other
related documents/agreements.
agreements with SBMA, employee
welfare that might affect the
implementation of the divestment and
resolving all legal issues that may arise
from the said mode of divestment
Responsible for the assessment of
recommended divestment process
compliance to national laws
Assist in the preparation of
submissions to the relevant national
agencies.
Review all relevant documentation,
agreements and legislation affecting
the proposed privatization including
the existing regulatory framework;
Define regulatory tasks and actions
necessary after the spin off/
privatization transaction is in place,
Advise on the content ·of the
bidding documents and
prepare the draft and final
concession contracts.
Provide and recommend an economic
package in accordance with what is
allowed by law for the compensation
of the displaced airport personnel and
employees
Attend enquiries or discussions in
SBMA or at other national
government agencies
Submit monthly reports to the
Privatization Specialist with
copies to the SBMA/SBIA that
describe his activities during the
month, list his key outputs and
explain any particular difficulties
or obstacles to progress, and
identify his proposed activities for
the following month.
127
f. Aviation Specialist
Minimum of 10 years of
experience related to field of
expertise
Preferably graduate of an
accredited aviation school
Knowledgeable in ICAO
standards and other aviation
regulations
Review of the existing Airport
Department compliance to the
aviation standards and its
operations, assisted by the
other specialists where
appropriate.
Submit monthly reports to the
Privatization Specialist with
copies to the SBMA/SBIA that
describe his activities during
the month, list his key outputs
and explain any particular
difficulties or obstacles to
progress, and identify his
proposed activities for the
following month.
Assist the Airport Engineer in the
preparation of aviation
documents required by the
relevant national agencies.
Perform other task as required
g. Engineer
Minimum of 10 years of
experience related to field of
expertise
3 to 5 years’ experience in the
process of privatization or
relevant undertaking
Assist in the preparation of the technical
aspect of the mode of divestment and the
tender documents.
Other technical and engineering works as
required by the other consultants.
h. Quantity Surveyor
Bachelor’s degree relevant course
graduate
Minimum of 5 years of experience
related to field of expertise
Responsible for the measurement of
values and estimates of assets, quantity of
equipment and others.
The Quantity Surveyor shall work closely
with the Financial to come up with a
sound projections on the revenues that
may be generated from the divestment, by
taking into consideration the (1)
replication cost of structures and facilities
that may need to be relocated, and the
development cost of utilities,
128
infrastructures/roads and transport
networks within the study area, (2)
formulation phasing (if applicable), and
(3) timing of development costs taking
into consideration the site conditions,
property market trends, and other factors
that may affect the implementation of the
plan;
i. CADD Operator
2 years Vocational Degree related
to field of expertise
Minimum of 5 years of experience
related to field of expertise
Responsible for document designs
and provide associated drawings
necessary for the study
Perform tasks as required
129
ANNEX “D” – List of Office Equipment
Below is the list of minimum specifications of office equipment required for the project:
Items Unit Quantity
Workstation Computer (see attached
technical specifications) Set 3
Multifunction A3 Capable Monochrome
Laser Printer (see attached technical
specifications) Nr 2
External Hard Disk Drive, 1 TB SSD (solid state drive, see attached technical
specifications) Nr 2
Software Installers (original, see
attached technical specifications) CD 1
Note:
The above equipment after the completion of the consulting services shall be turned over
to the SBMA or SBIA including the original software and application licenses and will be accepted
only after the evaluation of the SBMA. Any findings and requirements that the SBMA deemed
necessary has to be complied by the consulting firm.
130
Detailed TECHNICAL SPECIFICATIONS
Item I. Workstation Computer (Use for Graphics and Engineering Application)
Functional Requirement Features/Characteristics
Operating System Licensed Genuine Windows 10 Pro 64
Processor Intel® Core™ i7-7700 Processor (3.6 GHz, up to 4.2 GHz
w/Turbo Boost, 8 MB cache, 4 cores) + Intel® HD Graphics 630
Memory 4 GB (1x4 GB) DDR4-2400
ENERGY STAR ENERGY STAR Qualified Configuration
Internal storage 1 TB 7200 RPM 9.5mm SATA 2.5" HDD
Graphics card Discrete NVIDIA® Quadro M620 Graphics (2 GB, 4
DisplayPort)
Integrated network Intel® i219LM Gigabit Network Connection
External I/O Ports 2 USB 3.0 (1 charging); 1 line in 1 RJ-45; 1 serial; 1 audio-in; 2
USB 3.0; 3 DisplayPort™ 1.2 [11]
Keyboard USB Business Slim Wired Keyboard
Mouse Optical USB Mouse
Warranty 3 years parts, 3 years labor, and 3 years onsite service (3-3-3)
standard limited warranty
Monitor
Native resolution FHD (1920 x 1080 @ 60 Hz)
Contrast ratio 1000:1 static; 10000000:1 dynamic
Brightness 250 cd/m²
Pixel pitch 0.2745 mm
Response time 5 ms on/off
Display Tilt & Swivel
Range
Tilt: -5 to +20°; Swivel: ±45°; Pivot rotation: 90°; Height: 150
mm
Warranty 3 years parts, 3 years labor, and 3 years onsite service (3-3-3)
standard limited warranty
131
Item II. Multifunction A3 Capable Monochrome Laser Printer
Functions / Multitasking
Supported
Print, Copy,Scan
Print Speed Letter: Up To 25 Ppm black; 7 First Page Out: As Fast as 7.3 Sec black;3
Print Resolution Black (best): Up to 1200 x1200 dpi reduced speed
Print Technology Laser
Print Cartridges Number 1 (1 black cartridge)
Scan Type / Technology Flatbed, ADF / Flatbed; ADF
Scan Resolution Hardware : Up to 600 x 600 dpi; Optical : Up to 600 x 600 dpi
Copy Speed Black (letter): Up to 25 cpm
Copy Resolution Black (text And graphics): Up To 600 X 600 dpi; Up To 600 X 600 dpi
Standard Connectivity 2 Hi-Speed USB 2.0 Host; 1 Hi-Speed USB 2.0 Device; 1 Gigabit Ethernet
10/100/1000T network; 1
Hardware Integration Pocket; 1 Fax modem port
Network Capabilities Standard (built-in Gigabit 10/100/1000T Ethernet)
Memory Standard: 6 GB; Maximum : 6 GB
Processor Speed 1.2 GHz / Hard disk: One 320 GB Stand
Duty Cycle Monthly, letter : Up to 300,000 pages
Recommended Monthly
Page Volume
Up To 50,000 pages
Warranty 3 years parts, 3 years labor, and 3 years onsite service (3-3-3) standard limited
warranty
Item III. External Hard disk drive 1TB SSD (solid state drive)
System Requirements:
Windows 8, Windows 7, Windows Vista, Windows XP SP3 (32-bit and 64-bit)
operating system or Mac OS X 10.6 or higher.
SuperSpeed USB 3.0 port (required for USB 3.0 transfer speeds or backwards
compatible with USB 2.0 ports at USB 2.0 transfer speeds)
132
Item IV: Software Installer ( Each Work Station Must Have installed the Following licensed
Application)
Licensed Genuine Microsoft Office 2016 Standard Edition or latest version
Microsoft Office 2016 Standard Edition or latest version
License type: Microsoft Products and Services Agreement (MPSA)
Includes the following core Office application
1. Word 2016
2. Excel 2016
3. PowerPoint 2016
Licensed Genuine AutoCAD with 3 years licensed validity
Features
Comprehensive 2D documentation
Innovative 3D design
Personalized experience
Connected collaboration
Note: all Software application should be licensed under SBMA
133
ANNEX “E”
SCOPE OF SERVICES
Phase I: Inception Phase
During this phase the consulting firm through its designated team of
consultants (“CONSULTANTS”) will familiarize themselves with the background of the
undertaking including all available documents (master plan, etc.) with regard to the
existing Subic Bay International Airport, and the scope of its aerodrome operations. In this
phase, they will meet with representatives of the SBIA/SBMA to present and discuss the
consulting firm’s plans and programs to achieve the intended goals and milestones of the
works and activities within this Terms of Reference. The inception report shall be
submitted one month after receipt of the Notice To Proceed (NTP). It shall include among
others the approved detailed plans and programs, the description of the corresponding activities,
milestones to be accomplished, and the approaches and methodologies to be utilized in the
formulation of the Study.
Phase II: Divestment Identification, Selection and Preparation
This phase consists of the study and selection of the most appropriate mode of
divestment and preparation of the bid tender documents for SBMA’s divestment of SBIA.
At the conclusion of this phase the principal elements of the divestment proceedings shall
be established, including the business model recommended to be followed, determination
of the terms of the transfer of the existing aerodrome assets, and the conditions of the
divestment arrangement, including any performance requirements. Under this phase the
preparation and completion of the required documentations shall also be accomplished.
These documents shall conform to the the BOT Law, NEDA Joint Venture Guidelines,
and the appropriate laws governing the type of selected mode of divestment.
Following are the description of the tasks to be performed during this period:
• Identification of the Mode of Divestment
The CONSULTANTS will present to the SBMA the various divestment options that
it has studied, and recommend which option it deems, as the most feasible, viable and
suitable for the Subic Bay International Airport under existing laws. At this stage the
CONSULTANTS shall inform SBMA of the advantages and disadvantages of the various
proposed divestment structures and assist SBMA in choosing from the options presented,
its recommended mode of divestment. Upon the selection of SBMA of its recommended
divestment structure for SBIA, the CONSULTANTS shall:
• Determination of the Aerodrome’s Present Status:
The CONSULTANTS shall prepare a detailed description of the
aerodrome’s existing navigational facilities and other assets, conduct inventory
and valuation (appraisal) of its present market value. It shall conduct an assessment
of the legal, financial, technical, and socio-economic impacts to all the current
stakeholders including the Local Government Units (LGUs) comprising Subic Bay
134
Freeport and Special Economic Zone of the proposed divestment arrangement. It
shall also determine the extent of compliance of the SBIA to the standards of the
International Aviation Industry. A report of its findings shall be submitted to
SBMA/SBIA.
SBIA Assets Subject of Divestment: The CONSULTANTS shall prepare an
exhaustive list and description of SBIA’s assets which will be subject of the
divestment. The list shall include the assets currently being procured through
the PS-DBM.
Financial and Economic Analysis: The CONSULTANTS shall conduct
analysis and evaluation of all financial and economic aspects of the divestment
arrangement intended for the SBIA. The consultants shall prepare the necessary
financial and economic reports, statements, and projections, including but not
limited to, return on investment, risk analysis/sensitivity, business model/plan,
balance sheets, projected cash flow, assets and liabilities, risk assessment,
opportunities and other pertinent and necessary information.
Preparation of Divestment Agreement and Any Ancillary Agreements:
The CONSULTANTS shall prepare draft agreements to govern the terms and
conditions of the transfer of the existing airport assets to the successful bidder and
the terms of the concession to operate and maintain it. The CONSULTANTS based
on discussions with SBMA may prepare preliminary drafts initially. These drafts
may then be circulated to other project participants for comments and analysis.
Revised drafts may then be prepared which can serve as final documents for
inclusion in the bid package pending and subject to negotiations with the successful
bidder.
Terms of these agreements shall include but not be limited to provisions
governing:
The grant of an agreement;
Payment of fees to SBMA;
Payment for the transferred assets, if any;
The rights and obligations of both parties;
The grant of all required easements and rights of way;
The grant of all required consents;
Conditions of the agreement, the lease of land and assets;
Handling of existing personnel employed by SBMA Airport
Department to include the options, inter alia,
o of one year’s continuity of employment
o to be re-assigned to other position within SBMA
o the option for early separation/retirement with full benefits and
incentives
o to be provided with skills upgrading and training for
employability Investment and upgrade requirements imposed;
Rules relating to tariffs
Arrangements for transporting and importing equipment into the SBFZ;
135
Taxation privileges (these will relate principally to the tax-free status of
SBFZ Enterprises);
Immigration and export controls to the extent controlled by SBMA);
Insurance provisions;
Force majeure risks;
Termination of the concession, whether at the end of the term of by
reason of the breach or an important condition;
Dispute resolution;
Penalties (both financial and non-financial) for non-compliance with
technical and commercial standards established in the bid package;
Return of the SBIA and improvements to SBMA at the end of the term
of the divestment arrangement
Preparation/Compilation of Documents and Other Requirements
The CONSULTANTS shall prepare and compile all documentations that are necessary in the review of the divestment structure by the National Economic Development Agency (NEDA), Investment Coordination Committee (ICC) which
include the following:
Narrative Project Profile
Timeline of the Project
Funding Cost and Funding Source
Return of Investment
Outcome of the Project upon implementation
Presentation to the Board for Approval
It shall also include all other supporting documentation relevant to the
identified divestment scheme. The consultants shall be available during the
review period for any necessary consultations and meetings.
The CONSULTANTS shall prepare the bidding documents for the
divestment of the SBIA, which shall comprise, as a minimum:
Instructions to Bidders;
Performance Standards and Specifications, and Economic Parameters;
Draft contract;
Form of Bid setting out the required information for evaluation of the proposal;
Formats of the Bid and Performance Securities;
Other documents as required.
136
AN
NEX
“F”
SCH
EDU
LE of Su
bm
ission
s
W1
W2
W3
W4
W5
W6
W7
W8
W9
W10
W11
W12
W13
W14
W15
W16
Phase 1 - Inception Report
a. Familiarization of the Project, Subm
ission of Plans and Programs
b. Inception Report
c. Review by SBM
A
Phase 2 - Identification, Selection and Preparation of the Divestment Structure
a. Presentation, Selection of Mode of Divestm
ent
b. Draft Bid Tender Documents
c. Review by SBM
A
d. Final Bid and Tender Documents
e. Review by SBM
A
Submission of Reports
a. Inception Report and First Monthly Report
b. Monthly Report
c. Draft Final Bid Documents
d. Final Bid Documents
Submission of Final Report
12
34
PHASE OF STUDY
c
137
Approved Budget for the Contract (ABC)
ABC for the Hiring of Consulting Firm to Prepare the Divestment Structure of the Subic Bay
International Airport
Overhead Cost Social Charges Management Fee Management Fee
(10% - 20%) (20%) (10% - 20%) <15% of (A+B+C+D)
(A) (B) (C) (D) (A+B+C+D) x 15% (A+B+C+D)
A Key/Managerial Staff
Project Manager / Team Leader 3,624.00 94,224.00 18,844.80 18,844.80 18,844.80 22,613.76 150,758.40 Man-month 4 1 603,033.60
Airport Engineer 3,082.00 80,132.00 16,026.40 16,026.40 16,026.40 19,231.68 128,211.20 Man-month 4 1 512,844.80
Legal Specialist 2,802.00 72,852.00 14,570.40 14,570.40 14,570.40 17,484.48 116,563.20 Man-month 4 1 466,252.80
Economist / Demand Forecast Specialist 2,802.00 72,852.00 14,570.40 14,570.40 14,570.40 17,484.48 116,563.20 Man-month 4 1 466,252.80
Aviation Specialist 2,802.00 72,852.00 14,570.40 14,570.40 14,570.40 17,484.48 116,563.20 Man-month 4 1 466,252.80
B Technical Support Staff
Engineer (any relevant discipline) 1,751.00 45,526.00 9,105.20 9,105.20 9,105.20 10,926.24 72,841.60 Man-month 4 2 582,732.80
Document Specialist/Quantity Surveyor 1,751.00 45,526.00 9,105.20 9,105.20 9,105.20 10,926.24 72,841.60 Man-month 4 2 582,732.80
CAD Operator 875.00 22,750.00 4,550.00 4,550.00 4,550.00 5,460.00 36,400.00 Man-month 4 2 291,200.00
C Administrative Support Staff
Admin Officer / Secretary 600.00 15,600.00 1,560.00 3,120.00 1,560.00 3,276.00 21,840.00 Man-month 4 1 87,360.00
Encoder / Clerks 500.00 13,000.00 1,300.00 2,600.00 1,300.00 2,730.00 18,200.00 Man-month 4 2 145,600.00
Driver 500.00 13,000.00 1,300.00 2,600.00 1,300.00 2,730.00 18,200.00 Man-month 4 1 72,800.00
Utilityman 450.00 11,700.00 1,170.00 2,340.00 1,170.00 2,457.00 16,380.00 Man-month 4 1 65,520.00
Sub-Total 4,342,582.40
II Reimbursable Cost Unit Rate Unit Duration Quantity Total
A Based on Actual Cost
48,000.00 months 4 1 192,000.00
70,300.00 ls 1 70,300.00
201,000.00 ls 1 201,000.00
150,000.00 ls 1 150,000.00
A1 Based on Agreed Fixed Rates
1. Housing Allowance (inclusive of utilities) 40,000.00 months 4 1 160,000.00
B Miscellaneous
1. Computer (I7, 23" monitor) 60,000.00 set 3 180,000.00
2. Printer (laserjet, colored A3 capable, extra toner) 70,000.00 nr 2 140,000.00
3. External Hard Disk (SSD) 1TB 20,000.00 nr 2 40,000.00
B1 Asset Valuation (Appraisal) 350,000.00
Sub-Total 1,483,300.00
III Contingency (as per GPPB) 174,776.47
IV Grand Total (I+II+III) 6,000,658.87
Rounded to 6,000,000.00
Unit Months Quantity TotalMonthly
Monthly
Rate
1. Domestic Transportation (including fuel and lubricants)
2. Communications Expense (Post Paid Plan for Key staff, Fiber Network Plans)
3. Cost of Office / Engineering Supplies
4. Acquisition of Softwares and licenses
I Renumeration Cost Daily
138
INTENTIONALLY
LEFT
BLANK