Bidding Documents
Bidding Documents
The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015 intends
to apply the sum of Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85) being the Approved Budget for the Contract (ABC)
to payments under the contract for Memorandum SM(2015)-197M dated 15 July 2015. Bids
received in excess of the ABC shall be automatically rejected at bid opening. Bids received in
excess of the ABC shall be automatically rejected at bid opening.
DFPC now invites bids for the Provision of Security Services for DFPC Cebu SM NorthWing.
Prospective bidders must have at least five (5) years (2011-2015) experience in providing
security services with its largest similar contract amounting to at least fifty percent (50%)
of the ABC. The said contract should be with any reputable establishment engaged in retail
operations (mall, department store, supermarket, shopping center or hypermart) with a minimum
deployment of twenty (20) security guards. The description of an eligible bidder is contained in the
Bidding Documents, particularly, in Section II, Instructions to Bidders.
Bidding will be conducted through open competitive bidding procedures using the non-
discretionary “pass/fail” criterion as specified in the Revised Implementing Rules and Regulations
(IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”
and is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at
least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the
Philippines, and to citizens or organizations of a country the laws or regulations of which grant
similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth
Act 138.
Interested Bidders may now obtain further information from DFPC and inspect and/or purchase
the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru
Fridays until 17 August 2015.
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that
Bidders shall pay the non-refundable fee of Four Thousand Pesos (PhP4,000.00) for the Bidding
Documents not later than the submission of their bids.
DFPC will hold a Pre-Bid Conference on 05 August 2015 at 2:00PM Mr. A Bar & Restaurant
(Lower Busay Heights, Cebu City) which shall be open only to all interested parties who have
purchased the Bidding Documents.
Deadline for submission of Bids shall be on 18 August 2015 at 2:00PM and Bid opening shall
immediately follow at 2:15PM at Mr. A. Bar and Restaurant, Lower Busay Heights, Cebu City.
Bids will be opened in the presence of the Bidders’ representatives who choose to attend. Late
bids shall not be accepted.
All Bids must be accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18.
For purposes of computation, where applicable, all figures should be rounded off to a
maximum of two (2) decimal places.
DFPC reserves the right to waive any formality on the eligibility requirements of this project.
Furthermore, DFPC reserves the right to reject any and all proposals, to annul the bidding
process, or declare a failure of bidding, or not award the contract in any of the situations stated
under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a contract shall
be entered as a result of this invitation without thereby incurring liability to the affected bidder or
bidders.
MANILA CEBU
ITB Clause
Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85)
5.2 None of the circumstances mentioned in the ITB Clause exists in this Project.
Foreign bidders, except those falling under ITB Clause 5.2(b), may not
participate in this Project.
The Bidder must have completed, within the period specified in the Invitation
5.4 to Bid and ITB Clause 12.1(a)(iii), a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC or Two Million
Four Hundred Seventy Nine Thousand One Hundred Thirty Two Pesos
and 93/100 (PhP2,479,132.93).
Similar contract shall refer to security services in any reputable establishment
engaged in retail operations (mall, department store, supermarket, shopping
center or hypermart) with a minimum deployment of twenty (20) security
guards.
7 Not applicable.
MANILA CEBU
12.1(a)
No further instructions.
12.1(a)(i)
2014 General Information Sheet stamped received by the SEC.
12.1(a)(iii)
The statement of all ongoing and completed government and private
contracts shall include all such contracts within five (5) years (2011-2015)
prior to the deadline for the submission and receipt of bids.
13.1
Cost Distribution per month (Refer to Bidding Form No. 5, original).
13.1(b)
No further instructions.
Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85)
Any Bid with a financial proposal exceeding this amount shall not be
accepted.
18.1
The bid security shall be in any of the following amount:
20.3 Each Bidder shall submit one (1) original and three (3) copies of its
Eligibility/Technical Component and Financial Component.
21 The Address for Submission of Bids is:
MR. A BAR AND RESTAURANT
Lower Busay Heights, Cebu City
2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months
(January to June 2015) prior to opening of Bids filed thru Electronic Filing
and Payment System (EFPS).
Only tax returns filed and taxes paid through the BIR Electronic Filing
and Payment System (EFPS) shall be accepted.
Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85)
___________________________________________________
___________________________________________________
___________________________________________________
___________________________________________________
The SUPPLIER shall, at the mid and end of each month, submit the
following documents:
GCC Clause
1. Statement of Account.
2. Attendance Summary (original copy of the semi-monthly summary of
daily time records duly certified by the PROCURING ENTITY).
3. Photocopy of its payroll (immediately preceding payroll period)
indicating receipt of payment of salaries and wages due to guards
assigned at the PROCURING ENTITY.
4. Sworn affidavit executed by the agency's finance officer stating the
following:
salaries and wages of the guards assigned in the PROCURING
ENTITY for the immediately preceding payroll period has already
been paid and released in accordance with the latest applicable
wage order.
SSS, PhilHealth, Pag-ibig, Retirement Benefit and State
Insurance Fund remittances are paid for by the SUPPLIER every
end of the month in accordance with their latest applicable
computation table.
1. Ensure that all guards assigned to service the PROCURING ENTITY are
at all times vigilant, honest, dependable and aware of their security and
safety functions to protect the image of the PROCURING ENTITY.
2. Monitor the assigned guards in the performance of their duties and
responsibilities by conducting regular daily inspections and provide
periodic security survey/security audit to ensure that the security guards
are properly discharging their duties in consonance with the existing
and new company policies and procedures, giving due regard to the
interest of the PROCURING ENTITY.
3. Maintain and constantly check the CCTV systems and provide an on-call
technician in case of malfunction and trouble-shooting at its own
account. In case the malfunction or damage to the systems is directly
attributable to them, they shall cause the repair thereof, at its own
account.
Inspections
Schedule of Requirements
3. The PROCURING ENTITY is not obliged to pay the guards on the day
that the said guard/s is/are found sleeping or has abandoned post.
The SUPPLIER shall be responsible for any loss or damage that may be
incurred by the PROCURING ENTITY, its officers, employees, clients,
customers, suppliers, and visitors, which are directly attributable to the act,
omission, fault or negligence of the SUPPLIER, its guard/s or employees,
except under any of the following situations :
The PROCURING ENTITY may immediately deduct from the billings of the
SUPPLIER the losses and/or damages found to be attributable to the fault
or negligence of the SUPPLIER, its security guard/s or employees, after the
parties have established a conclusion based on an in-depth investigation of
the incident.
Employer-Employee Relationship
The PROCURING ENTITY shall not be responsible for any claims for
general injury, including death sustained by the guards or any third person
arising out of or in the course of the performance of the functions of the
guards pursuant to this contract. It is expressly understood that no
employee-employer relationship exists between the parties or of their
employees, representatives and agents.
9.1 For the given scope of work in this Contract as awarded, all bid prices are
considered fixed, and therefore not subject to price escalation during
GCC Clause
1. Scope of Services
a. Maintain law and order within the premises of the PROCURING ENTITY;
b. Guard and protect the properties and premises of the PROCURING ENTITY, including
properties of its employees, clients, customers, suppliers, visitors and other persons
conducting business with the PROCURING ENTITY, from theft, robbery, damage,
malicious mischief, trespassing or other unlawful and any destructive acts of an
individual;
d. Enforce various rules and regulations which the PROCURING ENTITY may
promulgate from time to time, specifically those relating to the maintenance of security
and safety;
e. Provide escort security services for transfers of cash and goods, to and from and/or
within the PROCURING ENTITY’s premise/s as may be required by the PROCURING
ENTITY;
h. Provide periodic training programs (at its own account) for its assigned security
personnel for a quick reaction on Bomb and Bomb component identification/detection,
emergency preparedness on natural and man-made calamities, crowd control, first aid,
suspect profiling and apprehension, safe handling of firearm and proficiency firing,
customer service, report writing and note taking and retail security;
3. Deployment by Gender
LOCATION MALE FEMALE TOTAL
___________________ ________________
Signature over printed name Position
Duly authorized to sign this Schedule of Requirements for and on behalf of _______________.
Date:_________________
______________________________ ____________________
Signature over printed name Position
Duly authorized to sign this Technical Specification for and on behalf of ______________________
Date:__________________
Year 20___
1 Total Assets
2 Current Assets
3 Total Liabilities
4 Current Liabilities
The Net Financial Contracting Capacity (NFCC) based on the above data is computed as
follows:
NFCC = K (current asset – current liabilities) minus value of all outstanding works under
ongoing contracts including awarded contracts yet to be started
NFCC = P ____________________________________
Submitted by:
_____________________________________________
Name of Bidder
_____________________________________________
Signature of Authorized Representative over Printed Name
Date: __________________________
Bidding Form No. 2
Page 1 of 2
BID-SECURING DECLARATION
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the
Guidelines on the Use of Bid Securing Declaration, if I/we have committed any of the
following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding
Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and
all acts necessary to the execution of the Contract, in accordance with the
Bidding Documents after having been notified of your acceptance of our Bid
during the period of bid validity.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of
your notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated
and Responsive Bid/Highest Rated and Responsive Bid, and I/we have
furnished the performance security and signed the Contract.
Bidding Form No. 2
Page 1 of 2
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day
of [month] [year] at [place of execution].
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address
at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full
power and authority to do, execute and perform any and all acts necessary to represent
it in the bidding for [Name of the Project] of Duty Free Philippines;
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary and/or to represent the
[Name of Bidder] in the bidding as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretary’s Certificate
issued by the corporation or the members of the joint venture)];
3. [Name of Bidder]is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an
authentic copy of the original, complete, and all statements and information provided
therein are true and correct;
5. [Name of Bidder]I is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of
the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;
Bidding Form No. 3
Page 2 of 2
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder’s Representative/Authorized Signatory
_______________________
(Notary Public)
Doc. No. _______
Page No. _______
Book No. _______
Series of _______
Bidding Form No. 4
Bid Form
Date:
Having examined the Bidding Documents including Bid Bulletin Numbers [insert
numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
PROVISION OF SECURITY SERVICES FOR DFPC CEBU SM NORTHWING 2016 - 2019
(OGM1508) in conformity with the said Bidding Documents for the sum of [total bid amount in
words and figures] or such other sums as may be ascertained in accordance with the
Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB
Clause 22.2 and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the lowest or any Bid you may receive.
We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of
the Bidding Documents.
PRICE SCHEDULE
REGION VII CENTRAL VISAYAS
(Wage Order No. ROVII-18)
Name of Bidder_____________________________
A B C D E F G H
GUARD’S TOTAL
DAILY ACCUMULATED TOTAL PRICE
NO. OF RATE PER
AREA DESCRIPTION
GUARDS
RATE PER HOURS OF
HOUR
NO. OF (C x D) or
GUARD EXTENDED DAYS (E x F)
DUTY PER DAY xG
Day Shift
(8hr duty/day)
15 --- 313
Night Shift
DFPC CEBU SM (8hr duty/day)
2 --- --- 313 ---
NORTHWING
STORE Duty beyond
regular but
less than 8
49.5 365
hours
`TOTAL
Note:
In case of overtime, rate should be inclusive of SSS and Administrative Overhead
increments with 12% VAT.
For purposes of computation, where applicable, all figures should be rounded off
to a maximum of two (2) decimal places.
Duly authorized to sign this Price Schedule for and on behalf of ___________________
Date:__________________
Bidding Form No. 6
1
DFPC will implement DOLE Department Order No. 18-A, series of 2011, dated November 14,
2011 specifically:
Section 9 (b)(ii)
“The place of work and terms and conditions governing the contracting arrangement, to
include the agreed amount of the services to be rendered, the standard administrative fee of
not less than ten percent (10%) of the total contract cost”.
The terms of which will be included in the service contract between DFPC and the winning
bidder.
b. DFPC will implement PADPAO Cost Distribution Per Month, Region VII-Central Visayas Wage
Order No. ROVII-18.
Day Shift Night Shift
Days worked /week
7 days 7 days
No. of Days/year
393.5 393.5
8 hrs work/day 8hrs work/day
Duly authorized to sign this Cost Distribution Per Month for and on behalf of _______________
Date:__________________
THIS AGREEMENT made the _____ day of __________ 20_____ between Duty Free
Philippines Corporation (hereinafter called “the Entity”) of the one part and [name of Supplier]
of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:
WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description
of goods and services] and has accepted a Bid by the Supplier for the supply of those goods
and services in the sum of [contract price in words and figures] (hereinafter called “the Contract
Price”).
c. Financial Proposal
The percentage used representing the administrative overhead margin of the offered bid and
PADPAO Circular (must not be less than 10% and not more than 24%) must be clearly indicated
in the itemized presentation of the financial bid component and shall be included in the Financial
Proposal Submission Sheet labeled as Bidding Form No. 7, Cost Distribution. Prospective
bidder’s financial proposal whose administrative fee is less than 10% or more than 24% of the
contract cost will be automatically disqualified.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
9. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
10. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Entity’s Notification of Award.
11. In consideration of the payments to be made by the Entity to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Entity to provide the goods and services
and to remedy defects therein in conformity in all respects with the provisions of the
Contract
12. The Entity hereby covenants to pay the Supplier in consideration of the provision of the
goods and services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the time and in the
manner prescribed by the contract.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in
accordance with the laws of the Republic of the Philippines on the day and year first above
written.
In compliance with the requirements of the Duty Free Philippines Corporation, the (name of
the bidder's firm/company) hereby certify that we have inspected the premises for the
Provision of Security Services for DFPC Cebu 2015 - 2018 project.
Name and Signature of authorized representative
Position: ____________________________________
Attested by:
____________________________
Procuring Entity’s Representative
I, (Representative of the Bidder) , of legal age, (civil status) , Filipino and residing at
(Address of the Representative) under oath, hereby depose and say:
1. That I am the (Position in the Bidder) of the (Name of the Bidder) , with office at
(Address of the Bidder) ;
2. That I have inspected the site for the Provision of Security Services for DFPC
___________(state applicable Lot)_____ project.;
3. That I am making this statement as part of the requirement for the Technical Proposal of
the (Name of the Bidder) for Provision of Security Services for DFPC Cebu project.
IN FAITH WHEREOF, I hereby affix my signature this _____ day of _____, 20___ at
_____________, Philippines.
_________________
AFFIANT
SUBSCRIBED AND SWORN TO before me this _________, day of ______ 20___, affiant
exhibiting to me his/her Identification Card No. ________________ issued on _________ at
_____________________, Philippines.
_______________________
(Notary Public)
Until _________
PTR No. _________
Date _________
Place _________
TIN _________
No. _______
Page No. _______
Book No. _______
Series of _______
Date of Issuance
Dear Madame:
In relation to the results of the Bid Opening/Post-Qualification conducted for the bidding of the
(Name of Project) held on (date and time) at (venue) , we would like
to request for reconsideration the decision of “Ineligibility” of our of our firm on the following
grounds:
__________________________
Date:______________________