
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS Government of the Republic of the Philippines Fourth Edition December 2010 Republic of the Philippines Department of Transportation and Communications DOTC-MRT III Mandaluyong City 2014 PROCUREMENT OF DOTC-MRT III SECURITY SERVICES DOTC BIDS AND AWARDS COMMITTEE 2014 2 TABLE OF CONTENTS SECTION I. INVITATION TO BID …………………… ..............................4 SECTION II. INSTRUCTION TO BIDDERS ...............................................7 SECTION III. BID DATA SHEET……………. ........................................... 35 SECTION IV. GENERAL CONDITIONS OF CONTRACT. .................... 40 SECTION V. SPECIAL CONDITIONS OF CONTRACT ....................... 55 SECTION VI. SCHEDULE OF REQUIREMENT. ..................................... 67 SECTION VII. TECHNICAL SPECIFICATIONS .................................... 78 SECTION VIII. BIDDING FORMS ............................................................. 89 SECTION IX. SAMPLE FORMS ................................................................. 99 SECTION X. ANNEXES ............................................................................... 112 SECTION I Invitation to Bid PROCUREMENT OF DOTC-MRT III SECURITY SERVICES DOTC BIDS AND AWARDS COMMITTEE 2014 4 Republic of the Philippines Department of Transportation and Communication INVITATION TO BID FOR THE PROCUREMENT OF DOTC-MRT III SECURITY SERVICES REQUIREMENT 1. The DOTC-MRT III (Metro Rail Transit III), through its General Appropriations Act of 2014 intends to apply the sum of ONE HUNDRED SEVENTY EIGHT MILLION THREE HUNDRED TWENTY ONE THOUSAND SIX HUNDRED EIGHTY PESOS (P178,321,680.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the PROCUREMENT OF DOTC-MRT III SECURITY SERVICES REQUIREMENT. Bids received in excess of the ABC shall be automatically rejected on bid opening. 2. The DOTC-MRT III now invites bids for security services contract with the following description. LOT NO. OF TOTAL APPROVED BUDGET NO LOCATION GUARDS FOR THE CONTRACT (PESOS) inclusive of VAT DOTC MRT III Depot 600 P178,321,680.00 Offices, Stations 1 to 13 With the (North Avenue Station to necessary Taft Avenue Station) equipment including the guide-way and 1 /carriageway, inter-station supplies as track areas, footbridges and indicated the substations. in the Bidding Documents Delivery of the Services is required at the date stated in the Notice to Proceed. Bidders should have completed, within the last three (3) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II-Instructions to Bidders. 3. Bidding will be conducted through open competitive bidding procedures using a non- discretionary “pass/fail” criteria as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations. 4. Interested bidders may obtain further information from the Department of Transportation and Communication and inspect the Bidding Documents at the address given below from 8:00am to 5:00pm only. 5 A complete set of Bidding Documents may be purchased by interested Bidders or their duly authorized representatives starting on 19 August 2014 until the deadline for the submission and opening of bids from 8:00 a.m. to 5:00 p.m. at the BAC Secretariat at Unit 22, 2nd Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Mandaluyong City, upon payment of a non-refundable fee for the Bidding Documents in the amount of Fifty Thousand Pesos (P50,000.00). Bid documents may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (www.philgeps.net) and the DOTC (ww.dotc.gov.ph) provided that Bidders shall pay the non-refundable fee for the Bidding Documents not later than the deadline for the submission of their bids. 5. The DOTC-MRT III will hold a Pre-Bid Conference on 05 September 2014, 10:30 a.m. at the 16th Floor, DOTC Conference Room, Department of Transportation and Communications, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Madaluyong City which shall be open to all interested parties. 6. Bids must be delivered to the address below not later than 17 September 2014, 1:00 p.m. at Unit 167, 16th Floor, The Columbia Tower, Ortigas Avenue, Mandaluyong City. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bid opening shall be on 17 September 2014, 1:00 p.m. at 16th Floor, DOTC Conference Room, Department of Transportation and Communications, The Columbia Tower, Ortigas Avenue, Barangay Wack-wack, Mandaluyong City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted. 7. The DOTC-MRT III reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders. 8. For further information, please refer to: Undersecretary Catherine Jennifer P. Gonzales Over-all Head, Bids and Awards Committee Secretariat Department of Transportation and Communications Unit 153, 15th Floor, The Columbia Tower, Brgy. Wack-Wack Ortigas Avenue, Mandaluyong City Tel. No. 727-7960 local 235 Telefax: 654-7725 Email: [email protected] Website: www.dotc.gov.ph SGD. JOSE PERPETUO M. LOTILLA Undersecretary for Legal Affairs Chairman, Bids and Awards Committee 6 SECTION II Instruction to Bidders PROCUREMENT OF DOTC-MRT III SECURITY SERVICES 7 DOTC BIDS AND AWARDS COMMITTEE 2014 TABLE OF CONTENTS A. GENERAL ....................................................................................................... 10 1. Scope of Bid ............................................................................................................. 10 2. Source of Funds ...................................................................................................... 10 3. Corrupt, Fraudulent, Collusive, and Coercive Practices ................................... 10 4. Conflict of Interest ................................................................................................. 11 5. Eligible Bidders ...................................................................................................... 13 6. Bidder’s Responsibilities ........................................................................................ 14 7. Origin of Goods ...................................................................................................... 16 8. Subcontracts ........................................................................................................... 16 B. CONTENTS OF BIDDING DOCUMENTS ........................................................... 16 9. Pre-Bid Conference ................................................................................................ 16 10. Clarification and Amendment of Bidding Documents ........................................ 17 C. PREPARATION OF BIDS .................................................................................. 17 11. Language of Bid ...................................................................................................... 17 12. Documents Comprising the Bid: Eligibility and Technical Components ......... 17 13. Documents Comprising the Bid: Financial Component ..................................... 19 14. Alternative Bids ...................................................................................................... 20 15. Bid Prices ................................................................................................................ 20 16. Bid Currencies ........................................................................................................ 21 17. Bid Validity ............................................................................................................. 22 18. Bid Security ............................................................................................................. 22 19. Format and Signing of Bids ................................................................................... 24 20. Sealing and Marking of Bids ................................................................................. 25 D. SUBMISSION AND OPENING OF BIDS .............................................................. 25 21. Deadline for Submission of Bids ........................................................................... 25 22. Late Bids .................................................................................................................. 26 23. Modification and Withdrawal of Bids .................................................................. 26 24. Opening and Preliminary Examination of Bids .................................................. 26 E. EVALUATION AND COMPARISON OF BIDS ..................................................... 28 25. Process to be Confidential ..................................................................................... 28 8 26. Clarification of Bids ............................................................................................... 28 27. Domestic Preference ..............................................................................................
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages117 Page
-
File Size-