0% found this document useful (0 votes)
100 views

Bidding Documents

The Duty Free Philippines Corporation (DFPC) is inviting bids for the provision of security services for its Cebu SM NorthWing location from 2016 to 2019. The approved budget for the contract is 4.95 million Philippine pesos. Bidders must have at least 5 years of experience providing security services with a contract worth at least 50% of the approved budget. The deadline for bid submission is August 18, 2015.

Uploaded by

madz heussaf
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
100 views

Bidding Documents

The Duty Free Philippines Corporation (DFPC) is inviting bids for the provision of security services for its Cebu SM NorthWing location from 2016 to 2019. The approved budget for the contract is 4.95 million Philippine pesos. Bidders must have at least 5 years of experience providing security services with a contract worth at least 50% of the approved budget. The deadline for bid submission is August 18, 2015.

Uploaded by

madz heussaf
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
You are on page 1/ 30

Invitation to Bid

Provision of Security Services for DFPC Cebu SM NorthWing


2016 – 2019
OGM1508

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

BAC Secretariat BAC Secretariat


Duty Free Philippines Corporation Duty Free Philippines Corporation
EHA Bldg, Fiesta Mall, Columbia Complex Waterfront Hotel
Ninoy Aquino Ave., Parañaque City Lahug, Cebu City
(632) 552-4343; (632) 552 4337 loc. 3095 Tel Nos.: (032) 233 1049
Telefax No. (632) 552-4345, 879-3664 Email add.: [email protected]
Email add.: [email protected]

(Sgd.)MA. LOURDES D. VELARDE


BAC Chairperson

III. Bid Data Sheet

ITB Clause

1.1 The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATION

1.2 The lot and reference is:

Security Services for DFPC Cebu SM NorthWing 2016 – 2019


Memorandum SM(2015)-197M

2 The Funding Source:

The Government of the Philippines (GOP) through the 2015 Corporate


Budget of Duty Free Philippines Corporation in the amount of :

Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85)

The name of the project is :

Provision of Security Services for DFPC Cebu SM NorthWing 2016 –


2019 (OGM1508)
ITB Clause
3.1 No further instructions.
5.1 No further instructions.

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.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 The Date and Venue of the Pre-Bid Conference is:

05 August 2015, 2:00PM


MR. A BAR AND RESTAURANT
Lower Busay Heights, Cebu City

10.1 The PROCURING ENTITY’s address is:


MA. LOURDES D. VELARDE
BAC Chairperson
Thru: BAC Secretariat

MANILA CEBU

DUTY FREE PHILIPPINES DUTYFREE PHILIPPINES


CORPORATION CORPORATION
Ground Floor EHA Building, Fiestamall, Waterfront Hotel
Columbia Complex, Ninoy Aquino Ave. Lahug, Cebu City
Parañaque City

Julia A. Mandal Rosalina J. Mape


Jessica D. Santos Store Manager
Abigail R. Sabino Tele Fax: (032) 233-1049
BAC Secretariat Email: [email protected]
Tel. Nos.:552 4337 loc 3039,
552 4343
ITB Clause
Fax No.: 879-3664 / 552 4345
Email: [email protected]

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.

13.2 The ABC is

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.

15.4(a)(iii) No incidental services are required.


15.4(b) No incidental services are required.
16.1(b) The Bid prices for Goods and services supplied from outside of the
Philippines shall be quoted in Philippine Pesos.
16.3 No further instructions.
17.1 Bids will be valid until 16 December 2015.
ITB Clause

18.1
The bid security shall be in any of the following amount:

ACCEPTABLE FORMS AMOUNT

1. Cash or cashier’s/manager’s check


issued by a Universal or
Commercial Bank

2. Bank draft/guarantee (signed Two Percent (2%) of the ABC or


by the appointee) or irrevocable Ninety Nine Thousand One Hundred
letter of credit (original and Sixty Five Pesos and 32/100
machine validated) issued by a (PhP99,165.32)
Universal or Commercial Bank:
Provided, however, that it shall be
confirmed or authenticated by a
Universal or Commercial Bank, if
issued by a foreign bank

3. Surety bond callable upon Five Percent (5%) of the ABC or


demand issued by a surety or
Two Hundred Forty Seven
insurance company duly certified Thousand Nine Hundred Thirteen
by the Insurance Commission as Pesos and 29/100 (PhP247,913.29)
authorized to issue such security.

4. Any combination of the Proportionate to share of form with


foregoing. respect to total amount of security

5. Bid-Securing Declaration Refer to Bidding Form No. 2

18.2 The bid security shall be valid until 16 December 2015.

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

The deadline for Submission of Bids is on


18 August 2015 at 2:00PM.

24.1 The place of Bid Opening is


MR. A BAR AND RESTAURANT
Lower Busay Heights, Cebu City
ITB Clause

The date and time of Bid opening is on:

18 August 2015 at 2:15PM.

24.2 No further instructions.

27.1 No further instructions.

28.3 No further instructions.

28.3(b) Bid modification is not allowed.

28.4 No further instructions.

29.2(a) 1. 2014 Income Tax Return (form 1701/1702)

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.

29.2(c) 1. Table of Organization and Company Profile with list of Security


Management Staff and designation (original).

2. Location map and photo of Main Office (original).

3. Affidavit to put up an office/Certificate stating that there is an existing office


in Cebu (original).

32.4(g) No further instructions.

V. Special Conditions of the Contract


GCC Clause
1.1(g) The PROCURING ENTITY is Duty Free Philippines Corporation
1.1(i) The Supplier is ____________________________________.

1.1(j) The Funding Source is:

The Government of the Philippines (GOP) through the 2015 Corporate


GCC Clause

Budget of Duty Free Philippines Corporation in the amount of:

Four Million Nine Hundred Fifty Eight Thousand Two Hundred Sixty
Five Pesos and 85/100 (PhP4,958,265.85)

1.1(k) The Project Site is :

DUTY FREE PHILIPPINES CORPORATION


DFPC Cebu – SM North Wing

5.1 The PROCURING ENTITY’s address for Notices is:

DUTY FREE PHILIPPINES CORPORATION, EHA Building, Fiestamall,


Columbia Complex, Ninoy Aquino Ave., Parañaque City

Lorenzo C. Formoso Flaviano Z. Jamandron, Jr.


Chief Operating Officer Security Department Manager
Tel. Nos. (632) 879-3668 Tel. Nos. (632) 552 4316
Fax No. (632) 552 4301 Fax No. (632) 879 3524
[email protected]

The Supplier’s address for Notices is:


___________________________________________________

___________________________________________________

___________________________________________________

___________________________________________________

___________________________________________________

6.2 Services Rendered and Documents

Delivery of Services shall be made by the SUPPLIER in accordance with


the terms specified in Section VI, Schedule of Requirements.

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.

Undertaking of the SUPPLIER

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.

4. Maintain an office in the project location for better feedback and


monitoring of performance and competence. For this purpose, the
SUPPLIER shall immediately notify the PROCURING ENTITY of any
change in the office address;
5. Immediately replace the Detachment/Officer-In-Charge and/or security
guards any time upon the request of the PROCURING ENTITY;
6. Maintain its good standing as a qualified and competent security agency
by ensuring financial capability to provide services as an independent
GCC Clause
SUPPLIER;
7. Obtain, at its own account, the necessary valid licenses, permits, and
other documentary requirements, and comply with the foregoing legal
undertakings. For this purpose, the PROCURING ENTITY shall, upon its
request, be provided with valid licenses, permits and financial statements
of the SUPPLIER for evaluation;
8. The SUPPLIER shall provide additional personnel upon request of the
PROCURING ENTITY with the approval of the HEAD OF THE
PROCURING ENTITY if the request is for permanent assignment, and
the Security Manager if the request is for temporary assignment or
contingency subject to the provision in Appendix 14 Section 5.2 of the
Guidelines on the Procurement of Security and Janitorial Services issued
by the GPPB;
9. Submit to the PROCURING ENTITY any amendment to their Articles of
Incorporation;

Inspections

The PROCURING ENTITY reserves its right to inspect the guards


detailed/assigned at its premises any time of its operation.

Schedule of Requirements

The schedule and/or number of guards specified in Section VI, Schedule of


Requirements may be modified and/or increased or decreased, at the sole
discretion of the PROCURING ENTITY depending on the exigency of the
service or demands of the security situation. It is understood that no
payment for the deployment of additional guards shall be made unless a
Manpower Deployment Schedule for such increase, duly approved by the
PROCURING ENTITY, is attached to the affected billing. In the event that
the SUPPLIER decides to pull out any guard from the premises, the
SUPPLIER shall give prior notice to the PROCURING ENTITY for
conformity and provide the appropriate and immediate replacement thereof.

Provisions for Payment


1. The SUPPLIER shall be paid the contract rate for the day shift, night
shift per security guard per eight (8) hours tour of duty per day and
hourly rate for extended duty on a bi-monthly basis.
2. On the basis of the contract rate, the guards shall receive a
compensation package, inclusive of benefits in accordance with the
applicable Cost Distribution. The rate includes services rendered by
guards on Sundays and Legal Holidays.
GCC Clause

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.

Liability for Loses and Damages

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 :

1. Any loss or damage clearly attributable to the fault of the


PROCURING ENTITY, its employees, officers, clients, customers,
suppliers, visitors, representatives or agents;

2. Loss or damage to property, belonging to the PROCURING ENTITY


kept or placed outside the warehouse/stockroom or selling areas
and offices, unless the same have been turned over to the
SUPPLIER through the guard(s) assigned in the premises, with an
actual physical inventory of the same, made in the presence of the
representative of the PROCURING ENTITY and that of the
SUPPLIER and entered in their respective logbooks and
acknowledged by way of their respective signature, affixed therein;

3. Loss or damage to properties, which are not reported to the


SUPPLIER within twenty four (24) hours after its discovery by the
PROCURING ENTITY, unless the SUPPLIER’s guard on duty has
knowledge already of such loss or damage thereby rendering, said
report unnecessary.

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

contract implementation, except under extraordinary circumstances and


upon prior approval of the GPPB in accordance with Section 61 of R.A.
9184 and its IRR; and not subject to price adjustment during contract
implementation except for any of the instances specified under Appendix 14
Section 5.2 of the Guidelines on the Procurement of Security and Janitorial
Services issued by the GPPB described as follows:
a) Increase in minimum daily wage pursuant to law or new wage order
issued after date of bidding;
b) Increase in taxes; and
c) If during the term of the contract the procuring entity sees the need
for an increase or decrease in the number of personnel, the resulting
cost of said increase or decrease, provided that the ABC for the
relevant year is not exceeded.
10.4 Not applicable.

13.4(c) No further instructions.

16.1 The screenings to be conducted are:


1. Interview of guards to be deployed.
2. Assessment and evaluation of credentials:
a. Security License issued by PNP-SAGSD/SOSIA
b. Diploma/Certificate or Transcript of Records
c. Training Certificate from a Security Training School/Center
accredited by PNP-SAGSD/SOSIA
d. Neuro-Psychiatric Clearance from PNP-SAGSD/SOSIA
accredited examination center
e. Drug Test results issued by PNP-SAGSD/SOSIA accredited
examination
f. Physical/Medical Examination Report
g. Local and National Agency Clearances (NBI, PNP-C2, Police
and Court).
h. Full Background Investigation Report
17.3 Not applicable.

17.4 Not applicable.

21.1 No additional provision.

VI. Schedule of Requirements


Security Services for DFPC Cebu SM NorthWing 2016-2019
The Supplier shall provide the PROCURING ENTITY with Security Services specified in the
Scope of Services under Item I of this Section for a period of three (3) years:

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;

c. Protect the PROCURING ENTITY’s personnel, clients, customers, suppliers, or visitors


against assault by any person/s;

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;

f. Assist the PROCURING ENTITY in investigating incidents concerning security and


safety incidents within the premises of the PROCURING ENTITY;

g. Assist the PROCURING ENTITY in the formulation and development of an effective


security program including policies, rules and regulations pertaining to security and
safety;

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;

i. Provide the Daily Manpower Deployment and Minimum Logistical Requirements.


2. Manpower Deployment Schedule
CEBU SM NORTHWING STORE
ITEM NO. DESCRIPTION QUANTITY
1 Day Shift (8-hr. Duty/day) 15
2 Night Shift (8-hr. Duty/day) 2
Extended Duty/Day (beyond regular but
3 49.5
less than 8 hrs)
TOTAL 17

3. Deployment by Gender
LOCATION MALE FEMALE TOTAL

DFPC Cebu SM NorthWING 11 6 17

4. Minimum Logistical Requirement


In the performance of their duty, the SUPPLIER shall provide their guards with the Minimum
Logistical requirement as described in Item 4 of this section.

Minimum Logistical Requirements


0.38 REV. 2
FIREARM
SHOTGUN 1
0.38 REV. 36
AMMUNITION
SHOTGUN 18
Base -
Handheld 10
COMMUNICATION Battery Pack 15
Battery Charger 5
Head Set 15
Back-up Vehicle- 4 Wheel
(Model must not be more than five (5) 1
years)
FIRST AID KIT 17
STILL CAMERA 1
VIDEO CAMERA 1
METAL DETECTOR 1
PAX COUNTER 1

___________________ ________________
Signature over printed name Position
Duly authorized to sign this Schedule of Requirements for and on behalf of _______________.
Date:_________________

VII. Technical Specifications


1. Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the
equipment offered. Statements of “Comply” or “Not Comply” must be supported by
evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the
form of manufacturer's un-amended sales literature, unconditional statements of specification
and compliance issued by the manufacturer, samples, independent test data etc., as
appropriate. A statement that is not supported by evidence or is subsequently found to be
contradicted by the evidence presented will render the Bid under evaluation liable for
rejection. A statement either in the Bidder's statement of compliance or the supporting
evidence that is found to be false either during Bid Evaluation, post – qualification or the
execution of the Contract may be regarded as fraudulent and render the Bidder or supplier
liable for prosecution subject to the provisions of ITB Clause 3.1 (a.2) and/or GCC Clause
2.1 (a.2).
STATEMENT OF
MINIMUM SPECIFICATIONS/QUALIFICATIONS
COMPLIANCE
I. SECURITY GUARDS
A. QUALIFICATION
1. Minimum one (1) year experience preferably from retail industry
2. 21 to 45 years of age
3. Male 5'6”/ Female 5'3” in height
4. Licensed by PNP-SAGSD/SOSIA
5. Graduate of Basic Security Licensing Training Course
6. College graduate/college level
B. SCREENING PROCESS
6. Interview of the guards to be deployed
7. Assessment/evaluation of credentials:
1. Security License issued by PNP-SAGSD/SOSIA;
2. Diploma/Certificate or Transcript of Records
3. Training Certificate from a Security Training School/Center accredited
by PNP-SAGSD/SOSIA;
4. Neuro-Psychiatric Clearance from NP Centers and Hospitals
accredited by PNP-SAGSD/SOSIA;
5. Drug Test results issued by PNP-SAGSD/SOSIA accredited
examination center;
6. Physical/Medical Examination Report;
7. Local and National Agency Clearances (NBI, PNP-C-2, Police and
Court);
8. Full Background Investigation Report (Item D.2 & D.3)
II. QUALIFICATION OF SUPPLIER
STATEMENT OF
MINIMUM SPECIFICATIONS/QUALIFICATIONS
COMPLIANCE
A. STABILITY
1. Minimum 5 years of continuous operation
2. Current Assets vs Current Liabilities (1.25 : 1) Ratio
3. Minimum 5 plantilla positions (Security Management Staff)
STATEMENT OF
MINIMUM SPECIFICATIONS/QUALIFICATIONS
COMPLIANCE
B. RESOURCES
5. 60 Licensed Firearms
6. 3 Base & 60 Licensed Radio Transceivers
7. 3 Units Utility Vehicles
8. 200 Licensed Guards
C. SECURITY PLAN
DFPC Cebu SM NortWing
D. PERSONNEL RECRUITMENT & SELECTION
1. Pre-employment/Admission Test
2. Previous Employment Check
3. Full Background Investigation
E. TRAINING PROGRAM (Annual)
1. Retail Security
2. Customer Service
3. First Aid
4. Bomb & Bomb Component Identification/Detection
5. Suspect Profiling & Apprehension
6. Emergency Preparedness (Crowd Control, Earthquake and Fire Drill)
7. Safe Handling of Firearm & Proficiency Firing

2. The service provider/contractor shall maintain a satisfactory level of performance throughout


the term of the contract, subject to assessment or evaluation by the procuring entity before
end of each year. The procuring entity may pre-terminate the contract for failure by the
service provider/contractor to perform its obligations based on the prescribed set of
performance criteria, as follows;
a. Quality of Service Delivered
b. Time Management
c. Management & Suitability of Personnel
d. Contract Administration and Management
e. Value-Added Programs
f. Provision of Regular Progress Reports
3. Upon attaining a satisfactory rating, the service provider/contractor shall be responsible for
the annual renewal of its Performance Bond (Surety Bond - callable upon demand), if
applicable.

ADDITIONAL REQUIREMENTS TO BE SUBMITTED ON THE DATE OF BID


OPENING AS INTEGRAL PART OF THE TECHNICAL SPECIFICATIONS:

1. Valid Certification from PNP/SOSIA on non-inclusion in the list of ‘Suspended’ or ‘Blacklisted’


security service providers.
2. Certificate of no pending case before the National Labor Commission or in the event of incurring
pending case, the same is subject for verification by the End-User to establish its veracity and
determine if a decision to be made is giving favorable decision for the said security provider or
no adverse effect to it.
3. Valid and current License to Operate issued by PNP.
4. Previous License to Operate issued by PNP from 2010 to 2014.
5. Current license from the National Telecommunications Commission to operate radio
communication facilities with a minimum number of sixty (60) radio transceivers and three (3)
base units.
6. Certificate of Membership issued by National and/or Regional PADPAO.
7. Certification issued by SSS that the agency has been religiously remitting employee and
employer share/contributions for the last two (2) years (January 2012 to December 2014).
8. Certificate of Accreditation as Private Security Training School/Center under the name of the
agency applicant issued by the PNP Security Agency and Guard Supervision Division
(SAGSD/SOSIA). or
If not under the name of the applicant security agency, proof of ownership, i.e. Articles of
Incorporation, DTI Registration of the said Training School/Center, to show stockholder/s of the
said security agency is/are stockholder/s of the Training School/Center should be submitted; or
Agreement/contract with a duly accredited security training school; or
Authority to conduct in-service training issued by PNP, to ensure speedy deployment of well-
trained/re-trained guards.
9. Sworn Statement of the prospective bidder that its current strength is at least 200 guards.
10. Inventory of licensed firearms (classified as revolvers, pistols, etc.), communication equipment
(such as base, two-way hand held radio etc.) other equipment (such as CCTV system, Video or
still cameras, metal detectors, etc.), at least one (1) service or utility vehicle, (e.g. vans, AUV,
cars, motorcycles), owned or under lease and/or under purchase agreement.
11. April to June 2015 (Last three months) Disposition of manpower and firearms duly received by
PNP/SOSIA.
12. Security Plan.
13. Sworn Affidavit of compliance with the requirements for personnel recruitment and selection
processes in relation to Section VII, Item D.
14. Training Module and Program of Instructions (POI) in relation to Section VII. Item E.
15. Certificate of Site Inspection or Affidavit of Site Inspection (if applicable) (Refer to Bidding Form
No. 8 or No. 9)

______________________________ ____________________
Signature over printed name Position
Duly authorized to sign this Technical Specification for and on behalf of ______________________

Date:__________________

Bidding Form No. 1

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Year 20___

1 Total Assets

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Net Worth (1-3)

6 Net Working Capital (2-4)

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 ____________________________________

K = 10 (for a contract of one year or less)


K = 15 (for a contract of more than one year up to two years)
K = 20 (for a contract more than two years)

Submitted by:

_____________________________________________
Name of Bidder

_____________________________________________
Signature of Authorized Representative over Printed Name

Date: __________________________
Bidding Form No. 2
Page 1 of 2

REPUBLIC OF THE PHILIPPINES )


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number]

To: Duty Free Philippines Corporation


Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

I/We, the undersigned, declare that:


1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a 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].

[Insert NAME OF BIDDER’S


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place


of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______ and his/her Identification Card No. _______ issued on ______ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]

Doc. No. ___


Page No. ___
Book No. ___
Series of ____.
Bidding Form No. 3
Page 1 of 2

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

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

If a corporation or joint venture: None of the officers, directors, and controlling


stockholders 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;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if
any;
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project];
and
e) Responsible for any erroneous interpretation or conclusion out of the data
furnished by the PROCURING ENTITY.
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

_____________________________________
Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this _____ day of _______________ 20___,


in ________________, by herein affiant, who has satisfactorily proven to me his/her identity thru
his/her ______________________________ Identification Card No. ____________________,
that he/she is the same person who signed the foregoing instrument before me and
acknowledged that he/she executed the same.

_______________________
(Notary Public)
Doc. No. _______
Page No. _______
Book No. _______
Series of _______
Bidding Form No. 4
Bid Form

Date:

To: Duty Free Philippines Corporation


Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

Gentlemen and/or Ladies:

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.

If our Bid is accepted, we undertake to provide a performance security in the form,


amounts, and within the times specified in the Bidding Documents.

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.

Dated this ________________ day of ________________ 2015.

Signature over printed name Position

Duly authorized to sign Bid for and on behalf of ____________________________


Bidding Form No. 5

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.

Signature over printed name Position

Duly authorized to sign this Price Schedule for and on behalf of ___________________

Date:__________________
Bidding Form No. 6

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
Amount to Guard
New Daily Wage 327.00 327.00

Average Pay Per Month 10,722.88 10,722.88


Night Differential --- 1,072.29
13th Month Pay 828.85 828.85
5 Days Incentive Pay 141.67 141.67
Uniform Allowance 100.00 100.00
COLA 408.42 408.42

Total Amount Directly to Guard 12,201.82 13,274.11

Amount to Gov’t. In Favor of Guard


Retirement Benefit (RA 7641) 613.13 613.13
SSS Premium 847.20 920.80
Philhealth 125.00 125.00
State Insurance Fund 10.00 10.00
Pag-Ibig Fund (RA 7742) 100.00 100.00

Total Amount to Gov’t. in Favor of Guard 1,695.33 1,768.93

Total Amount to Guard and Gov’t. 13,897.15 15,043.04

Administrative Overhead and Margin1

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

Value Added Tax

CONTRACT RATE PER GUARD

Signature over printed name Position

Duly authorized to sign this Cost Distribution Per Month for and on behalf of _______________

Date:__________________

Bidding Form No. 7

CONTRACT AGREEMENT FORM

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.

Signed, sealed, delivered by the


(for the Entity)

Signed, sealed, delivered by the


(for the Supplier)
[ACKNOWLEDGEMENT]

Bidding Form No. 8

CERTIFICATION FOR SITE INSPECTION

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: ____________________________________

Bidder's Company Name: _______________________

Attested by:

____________________________
Procuring Entity’s Representative

Bidding Form No. 9

Affidavit of Site Inspection

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 _______

Bidding Form No. 10

Motion for Reconsideration

Date of Issuance

Ma. Lourdes D. Velarde


Duty Free Philippines Corporation
Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

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:

We are hoping for your consideration.

Very truly yours,

Name of the Representative of the Bidder


Position of the Representative
Name of the Bidder

Received by the BAC:

__________________________

Date:______________________

You might also like