dotr.gov.phdotr.gov.ph/images/Public_Bidding/Goods/2014/Rail... · Private Security Agency issued...

32

Transcript of dotr.gov.phdotr.gov.ph/images/Public_Bidding/Goods/2014/Rail... · Private Security Agency issued...

ANNEX A MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO QUERIES FROM PROSPECTIVE OFFERERS RAISED DURING PRE-BID CONFERENCE

Item No. Query/Concerns Raised During Pre-Bid Conference BAC Responses

1 Query if the bank certificate for the liquidity of an agency relative to the six (6) months cash flow can come from any bank.

Bank certificate relative to the six (6) months liquidity of the agency can be obtained from any reputable bank that has not been stripped off of its license and/or has not been placed under conservatorship or under receivershipby the BangkoSentralngPilipinas.

2

Clarification if the Certified True Copy (CTC) stated in item 1(b) of the Technical Specifications of the Bidding Documents must come from the agency itself or from the issuing agency. Item 1(b) of the Technical Specifications of the Bidding Documents specifically in page 86 states that: “Must have a valid and current Regular (Not Provisional) License to Operate (LTO) a Private Security Agency issued by the PNP-Supervisory Office for Security and Investigation Agencies (SOSIA); (Original/Certified True Copy)”

Only a copy of the License to Operate (LTO) is required to be submitted. The copy must be certified as a Certified True Copy (CTC) by the PNP-Supervisory Office for Security and Investigation Agencies (SOSIA). Hence, Item 1(b) of the Technical Specifications of the Bidding Documents, specifically in page 86 shall be read as follows: “Must have a valid and current Regular (Not Provisional) License to Operate (LTO) a Private Security Agency issued by the PNP-Supervisory Office for Security and Investigation Agencies (SOSIA); (Original/Certified True Copy)”

3

Clarification if bidders can bring the original copy of the valid and current Regular (Not Provisional) License to Operate (LTO) a Private Security Agency issued by the PNP-Supervisory Office for Security and Investigation Agencies (SOSIA) as required underitem 1(b) of the Technical Specifications of the Bidding Documentsto be presented during the Opening of Bids.

The original copy of the LTO must be provided during the opening of bids for reference only. The CTC copy of the LTO must be submitted with the bid proposal.

4

Query if the bidders should attach the proof of evidence and other documents required or if they can just tick the checklist whether they comply or not comply with the requirements stated relative to the checklist in the Technical Specifications of the Bidding Documents.

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this General Bid Bulletin (GBB).

5 Clarification if some documents such as the 201 Files of each security guard that they intend to deploy must be attached to their bid proposal or if they can just submit a summary list of said file.

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB. For clarification, the complete 201 Files for each individual security guard to be deployed are not required at point of submission of bids. The only documents required are those items indicated in the Revised Technical Specifications, attached herein as Annex “D” of this GBB. The 201 Files shall be required by the DOTC for verification at Post-Qualification stage.

Page 1 of 5

ANNEX A MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO QUERIES FROM PROSPECTIVE OFFERERS RAISED DURING PRE-BID CONFERENCE

Item No. Query/Concerns Raised During Pre-Bid Conference BAC Responses

6

Query if clarification if the NC II of all security guards to be deployed must be attached relative to the requirements of item 1(i) of page 84 of the Bidding Documents which states that: “Must be holder of the following Certificates: (i) National Certificate Training NC II, duly issued by TESDA and (ii) Certificate of Training for Security Guards and other requirements of RA 5487 as amended. (Must be duly Attached as part of Technical Requirements)”

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB.

7 Clarified if the Certificate of Training for each security guards must also be submitted as part of the bidders’ bid.

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB.

8

Clarification if the only documents that need to be attached to the bid proposals as attachment is item 1(i) with respect to the requirements for the Security Guards as stated in pages 84-85 of the Bidding Documents. Further clarification if the compliance can just be stated as “Comply” or “Not Comply” for the rest of the items in the aforementioned pages.

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB.

9 Query if a checklist of the requirements can be issued by the BAC indicating the documents that need to be submitted and its chronological order among others.

The list of the eligibility, technical and financial requirements are stated in the Bidding Documents and Revised Implementing Rules and Regulations (IRR) of Republic Act No. 9184 (RA 9184). Bidders are advised to read the same thoroughly and carefully to ensure that their bids comply with the said requirements.

10 Asked when they can conduct site inspection. Asked if the bidders can conduct site inspection any time.

Please refer to the Guidelines for Site Visit, issued through GBB 05-2014. Item 5(a) of the Technical Specifications of the Bidding Documents, particularly in page 88, shall be read as follows: “5. Other DOTC-MRT III Requirements

a. Authority to conduct site inspection b. a. Affidavit – Conducted SiteofInspection”

Page 2 of 5

ANNEX A MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO QUERIES FROM PROSPECTIVE OFFERERS RAISED DURING PRE-BID CONFERENCE

Item No. Query/Concerns Raised During Pre-Bid Conference BAC Responses

For clarification, the conduct of site inspection is necessary for the preparation of the security map/plan and therefore a requirement for this Project.

11

Query if the requirement for the canine units can be subcontracted/leased by the security agency. Further clarification if a memorandum from a third-party canine provider for their exclusive use to be provided to their clients can be sufficient if the K-9 units can be subcontracted.

No. The canine units should be owned by the security agency.

12

Query if the bidders should only submit a summary of their equipment, vehicles etc. to be assigned to MRT-3 or if they should submit a summary of all their equipment, vehicles. etc. relative to page 108 of the Bidding Documents containing the form for the List of Motor Vehicles and Security Support Facility/Equipment.

The list of equipment relative to page 108 of the Bidding Documents should refer to those that will be deployed to MRT-3.

13

Clarification as to the requirement in page 109 of the Bidding Documents containing the form for the List of Communication/Surveillance Device with respect to placing the two-way radios under the name of DOTC MRT III as before getting a license for NTC for the two-way radio, the security agency should have a Notice of Award before it the radios can be named after the Procuring Entity.

Please refer to therevised form for the List of Communication/Surveillance Device herein attached as Annex “E” of this GBB.

14 Query if the checklist under Section VI. Schedule of Requirements in the Bidding Documents requires attachments like the requirement under Section VII. Technical Specifications in the Bidding Documents.

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB.

15 Query if the motor vehicles and motorcycles that need to be provided can be an undertaking only at point of bid submission.

The required motor vehicles and motorcycles should be owned by the security agency.

16 Query if the contract for the project covers only one (1) year. Yes. The project duration is for one (1) year.

Page 3 of 5

ANNEX A MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO QUERIES FROM PROSPECTIVE OFFERERS RAISED DURING PRE-BID CONFERENCE

Item No. Query/Concerns Raised During Pre-Bid Conference BAC Responses

17

Query if variable K should be 10 for a contract duration of one year or less. The equation for computation of NFCC is: NFCC = (CA-CL) (K) – C Where: CA = Current Assets CL = Current Liabilities K = 10 for a contract duration of one year or less,

15 for a contract duration of more than one year up to two years and 20 for a contract duration of more than two years

C = value of all outstanding contracts/projects under ongoing contracts, includingawarded contracts yet to be started

Yes. Variable K should be 10 in the NFCC computation as the project duration is for only one (1) year.

18 Query if the NFCC will apply instead of the form for the Bank Credit Line/Cash Deposit Certificate in page 104 of the Bidding Documents.

Please be informed that the form in page 104 in the Bidding Documents refers to the requirement under Clause 2.1(c)(b) of the Technical Specifications specifically in page 86. Kindly note that there is no required format for such requirement, therefore, delete the form in page 104 of the Bidding Documents.

19

Query if the latest certification as required under item 1(c) of the Technical Specifications of the Bidding Documents can be for the month of August instead. Item 1(c) of the Technical Specifications of the Bidding Documents specifically in page 86 states that: “A valid Certificate of Good Standing duly issued by the Philippine Association of Defectives and Protection Agency Operators (PADPAO), Inc. as of the month prior to the publication of the ITB.”

Yes. For clarification, the requirement under Item 1(c) of the Technical Specifications of the Bidding Documents specifically in page 86 can be treated as a minimum requirement.

20 Query what form of bid security should be submitted with the Bid Securing Declaration pursuant to GPPB Resolution No. 25-2013.

Relative to GPPB Resolution No. 25-2013, Clause 18.1 should be read as follows: “The bid security shall be limited to Bid Securing Declaration and at least one (1) other form in accordance with the following amount:

1. The amount of Three Million Five Hundred Sixty Six Thousand Four

Page 4 of 5

ANNEX A MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO QUERIES FROM PROSPECTIVE OFFERERS RAISED DURING PRE-BID CONFERENCE

Item No. Query/Concerns Raised During Pre-Bid Conference BAC Responses

Hundred Thirty Three Pesos and Sixty Centavos (PHP3,566,433.60) or two percent (2%) of the ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

2. The amount of Eight Million Nine Hundred Sixteen Thousand Eighty Four Pesos (PHP8,916,084.00) or five percent (5%) of the ABC, if bid security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form with respect to total amount of security.”

Page 5 of 5

ANNEX B MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO WRITTEN QUERIES FROM PROSPECTIVE OFFERERS

Item No.

Query/Concerns (lifted from the letters of the prospective bidder) Proposed Answer

1

[M]ay we respectfully request to your good office to furnish us the following Sample Forms that was not found in the Bidding Documents under Section VIII Sample Forms, to wit;

A) Sworn Statement in accordance with sec. 25.2(a)(iv) of IRR of RA 9184; B) List of licensed security guards; C) Minimum qualifications of Security Guards[.]

On the matter of the Sworn Statement Please refer to the revised form of the Omnibus Sworn Statement as prescribed by GPPB Resolution No. 22-2013, herein attached as Annex “D” of this General Bid Bulletin (GBB). On the matter of the Minimum Qualifications and List of Licensed Security Guards Please refer to the Revised Technical Specifications, attached herein as Annex “D” of this GBB.

2 In addition, we would like to request what Reference No. should be used in the Bid Securing Declaration and Bank Credit Line / Cash Deposit Certificate.

Please refer toitem 18 of the responses to the queries raised during the Pre-Bid Conference, attached herein as Annex “A” of this GBB.

3 [We would like to request] our authority to conduct site inspection. Please refer to the Guidelines for Site Visit issued through GBB 05-2014 and item 10 of Annex “A” of this GBB.

4 [W]e would like to request your good office to furnish us the following: 1. Bid Bulletins; 2. Checklist Requirements[.]

On the matter of Bid Bulletins: Request denied. Section 22.5.3 of the Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184 states that:

“Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the PhilGEPS and the website of the procuring entity concerned, if available. It shall be the responsibility of all those who have properly secured the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC.” (emphasis supplied)

All documents relating to DOTC’s public bidding projects under RA No. 9184 through the Bids and Awards link in the DOTC website and through each project’s respective link under the PhilGEPS website. Bidders may likewise secure a copy of the Supplemental/Bid Bulletin at the office of the BAC Secretariat.

Office of the Primary BAC Secretariat

Page 1 of 4

ANNEX B MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO WRITTEN QUERIES FROM PROSPECTIVE OFFERERS

Item No.

Query/Concerns (lifted from the letters of the prospective bidder) Proposed Answer

Unit 22, 2nd Floor, The Columbia Tower Ortigas Ave., Brgy. Wack-Wack Mandaluyong City

On the matter of a Checklist of the Requirements: The list of the eligibility, technical and financial requirements are stated in the Bidding Documents and Revised Implementing Rules and Regulations (IRR) of Republic Act No. 9184 (RA 9184). Bidders are advised to read the same thoroughly and carefully ensure that their bids comply with the said requirements.

5 [C]ould you clarify to us whether the Technical Specifications under page 86-89 and Section X Annexes are still included in the submission of the bidding requirements.

For clarification, items under Additional Technical Specifications, pages (86-89) must be submitted on the deadline of submission of bids. The document in Section X pertaining to Annexes are not required to be submitted. Said document shall be part of the contract.

6 [W]e would like to request to extend the submission and opening of the bids on September 30, 2014 at 2:00pm. Please refer to item 3 of this GBB.

7

We write to respectfully seek reconsideration/clarification on the Procurement of DOTC-MRT III Security Services, particularly on the following provisions under the Technical Specifications, to wit:

Minimum Qualifications Bidder’s Proposal

Comply or Not Comply

1. Security Guards xxx

i. Must be holder of the following Certificates: (i) National Certificate Training NC II, duly issued by TESDA and (ii) Certificate of Training or Security Guards and other requirements of RA 5487 as amended. (Must be duly Attached as part of Technical Requirements) (emphasis supplied)

ii. Must undergone to First-Aid and Basic-Life

Request denied. NCII is required at point of submission of bids.

Page 2 of 4

ANNEX B MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO WRITTEN QUERIES FROM PROSPECTIVE OFFERERS

Item No.

Query/Concerns (lifted from the letters of the prospective bidder) Proposed Answer

Support Course certified by the Philippine National Red Cross

Considering that National Certificate Training NC II is not a basic requirement for Security Guards, and considering further that such training will entail additional costs on the part of the Security Agency-Bidder and its Security Guards, may we request for reconsideration/relaxation of this requirement by allowing the Security Agency-Bidder to comply with said requirement within a specific period only after it is already declared the Bidder with the Lowest Calculated Bid and a Notice of Award has already been issued to it, instead of requiring that the NCII certificate be already attached as part of the Technical Requirements. Simply put, we respectfully ask the Honorable BAC to consider the presentation of security guards with NCII certifications after the successful bidder shall have received the Notice of Award.

8

We write to respectfully seek reconsideration/clarification on the Procurement of DOTC-MRT III Security Services, particularly on the following provisions under the Technical Specifications, to wit:

Minimum Qualifications

Bidder’s Proposal

Comply or Not Comply

2. Security Guards xxx

iii. Must be holder of the following Certificates: (i) National Certificate Training NC II, duly issued by TESDA and (ii) Certificate of Training or Security Guards and other requirements of RA 5487 as amended. (Must be duly Attached as part of Technical Requirements) (emphasis supplied)

iv. Must undergone to First-Aid and Basic-Life Support Course certified by the Philippine National Red Cross

We also seek clarification on the requirement tha the security guards and to be

Please refer to the Revised Technical Specifications, attached herein as Annex “C” of this GBB.

Page 3 of 4

ANNEX B MRT-3 Security Services Project General Bid Bulletin No. 06-2014

MRT-3 SECURITY SERVICES PROJECT ANSWERS TO WRITTEN QUERIES FROM PROSPECTIVE OFFERERS

Item No.

Query/Concerns (lifted from the letters of the prospective bidder) Proposed Answer

deployed pursuant to the project should have undergone the Basic Life Support and First-Aid Seminar under the Philippine Red Cross. It is not clear, based on the technical specifications, if the bidders are required to attach proof of PRC training in the bid documents to be submitted during the bidding or within a certain period upon receipt of the Notice of Award.

Page 4 of 4

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

SECTION VII

RevisedTechnical Specifications

PROCUREMENT OF DOTC-MRT III SECURITY SERVICES

(02 October 2014)

DOTC BIDS AND AWARDS COMMITTEE 2014

Page 1 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

TECHNICAL SPECIFICATIONS

INSTRUCTION: 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 Bidders 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) (ii) and/or GCC Clause 2.1(a) (ii). Legend: *Indicate “Comply” or “Not Comply” only ** Indicate “Comply” or “Not Comply” and attach the required document/s and/or evidence of compliance at point of submission of bids

MINIMUM REQUIREMENTS Bidder’s Proposal

Comply or Not Comply

PART I

A. SERVICES *1. One (1) Security coordinator to handle Security concerns with Vehicle and

Communication equipment

*2. Conduct general security survey and assessment once every quarter of the area being guarded.

*3. Conducts Semi- Annual Training Courserelevant and updated Safety and Security related Training Course

*4. Provide other security related services such as VIP Escort, background investigation, surveillance, investigation of incidents, lie detection, and polygraph and asset recovery.

*5. Round the clock spot inspection by competent security inspector to ensure compliance with security procedures, rules and regulations including maintenance of cleanliness in their security quarters.

*6. Periodic evaluation of the guards on their respective posts by efficient Security Officers from the bidder’s command.

*7. Conduct seminar semi-annual to continually develop and upgrade the skills and knowledge of our security personnel to enliven responsibility among them.

*8. Monthly/Daily Formation of guards to institute their alertness and discipline to maintain the desired maximum efficiency in the performance of their assigned tasks.

*9. Provide seminars, among others, on personal security awareness and fire protection for employees of DOTC-MRT III

*10. Provide a highly trained Security Personnel as Special Emergency Response Team or back-up during emergency special occasions like anniversary

Page 2 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014 celebration, Christmas Party, visits of government dignitaries, etc.

__________________________ Name of Company (in print)

_________________________________ Signature of Company Authorized Representative

__________________________ Name & Designation (in print) __________________________

Date

INSTRUCTION: 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 Bidders 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) (ii) and/or GCC Clause 2.1(a) (ii).

Minimum Requirements Bidder’s Proposal Comply or Not

Comply B. FIREARMS **1. All Firearms enumerated are licensed by the PNP and in the name of

the company and are ready for immediate deployment.(Attach Certified True Copy of Firearms License issued by the PNP-FED)

*2. One (1) unit 9mm pistol for every security post *3. One (1) unit 12 ga. Shotgun for roving Such firearms must be original and duly licensed

C. AMMUNITION *1. 0.9mm pistol – seven (7) rounds of ammo each with seven reserve *2. 12 ga. Shotgun – five (5) rounds of ammo each with five reserve

D. VEHICLES **1. All vehicles enumerated herein are in the name of the company and

are ready for immediate deployment(Attach Certified True Copy of Certificate of Registration issued by the DOTC-LTO)

*2. One (1) unit Motor Vehicle for Roving and Inspection *3. One (1) unit Motor Vehicle for Emergency (Ambulance Type) *4. Two (2) units Motorcycle

E. COMMUNICATION AND SURVEILLANCE EQUIPMENT

Page 3 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS

INSTRUCTION: 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 Bidders 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)(ii) and/or GCC Clause 2.1(a)(ii).

MINIMUM REQUIREMENTS Bidder’s Proposal Comply or Not Comply

F. SECURITY/OFFICE EQUIPMENT AND SUPPLIES *1. One (1) unit Metal Detector in every baggage screening post

*2. Two (2) units walk thru metal detector for every station

*3. One (1) unit search/emergency light for every station

*4. One pre-numbered log book in every post

*5. One (1) unit UHF Radio per post *6. One (1) unit UHF Base Radio with Repeater System at Detachment

Office

G. COMPLIANCE WITH LABOR LAWS AND REGULATIONS *1. The DOTC- MRT III shall be absolved from any responsibility over

labor problems claims, as the same shall be assumed by the AGENCY, in case such problem claim arises”

___________________________

**1. All communication and surveillance equipment enumerated herein are Licensed by the NTC, in the name of the company and are ready for immediate deployment.(Attach Certified True Copy of Licensed issued by theNTC)

*2. One (1) unit UHF handheld radio for every security guard posted in installation/compound requiring 2 or more guards per shift

*3. Fifty (50) units cellular phone __________________________ Name of Company (in print)

__________________________ Signature of Company Authorized Representative

__________________________ Name & Designation (in print) __________________________

Page 4 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

Name of Company (in print) ______________________

Signature of Company Authorized Representative __________________________ Name & Designation (in print) __________________________

Date

TECHNICAL SPECIFICATIONS

INSTRUCTION: 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 Bidders 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)(ii) and/or GCC Clause 2.1(a)(ii).

MINIMUM REQUIREMENTS Bidder’s Proposal Comply or Not Comply

H. PERFORMANCE BOND/SECURITY *1. We will post a performance bond/security in any of the

acceptable forms pursuant to the provisions of the Instructions to Bidders/BDS Clause 33.2 for the account of DOTC-MRT III.

I. FINANCIAL ASSISTANCE *1. Emergency Loan (Educational, hospitalization, personal, others-

pls. specify)

J. FRINGE BENEFITS GIVEN TO THE SECURITY GUARDS *1. Bereavement Assistance

K. MONTHLY CONSULTATIONS

Page 5 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

*1. The AGENCY shall arrange monthly meetings with the DOTC-MRT III assigned coordinators for any problem/dispute that arises pertaining to the performance of security guards assigned thereat.

L. RE-ASSIGNMENT OF SECURITY PERSONNEL *1. To prevent any familiarity on the job, rotation, transfer and/or

replacement of guards shall be done periodically or as often.

__________________________ Name of Company (in print)

__________________________ Signature of Company Authorized Representative

__________________________ Name & Designation (in print)

________________________________ Date

TECHNICAL SPECIFICATIONS

INSTRUCTION: 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 Bidders 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)(ii) and/or GCC Clause 2.1(a)(ii).

MINIMUM REQUIREMENTS Bidder’s Proposal Comply or Not Comply

M. PAYMENT OF SALARIES *1. Payment of Guard’s salaries shall be thru Automated Teller Machine

within five (5) calendar days after the AGENCY’s cut off period for payroll. All Benefits accruing the guards (13th month pay, uniform allowances, mandatory leave, etc.) must be given within 15 days from due date.

Page 6 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

*2. Security AGENCY must have a buffer fund equivalent to three (3) month salary. Payment of salaries, wages and other benefits of the guards must not be dependent on the receivables of the AGENCY from DOTC-MRT III.

*3. Surprise visits by inspectors of the AGENCY shall be made regularly to make the company’s monitoring and control of its guards’ activities more effective and efficient.

Certified True and Correct. __________________________ Name of Company (in print)

__________________________ Signature of Company Authorized Representative

__________________________ Name & Designation (in print)

________________________________ Date

TECHNICAL SPECIFICATIONS INSTRUCTION: 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 Bidders 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)(ii) and/or GCC Clause 2.1(a)(ii). Legend: *Indicate “Comply” or “Not Comply” only ** Indicate “Comply” or “Not Comply” and attach the required document/s and/or evidence of compliance at point of submission of bids

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

PART 2

1. Security Guards *a. Must be a Filipino citizen. *b. Must be at least a high school graduate *c At least Twenty One - (21) years of age but not more than Fifty-Five

(50) years old.

*d. At least 5’4” tall for male and 5’2” for female *e. Must be physically and mentally fit (medical certificate attached), as

indicated in a neuro-psychiatric clearance from a PNP and DOH –

Page 7 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014 accredited institution and confirmed by a physician of the Corporation.

*f. Of good moral character and cCleared by law enforcement or police agencies and other government offices issuing clearance for employment and without previous record of any conviction by final judgment of a criminal offense involving moral turpitude. Must possess honorable discharge documents, if with military background. Copies of clearances shall be furnished the DOTC-MRT III as maybe necessary.

*g. Possesses good public relations or should know proper decorum. *h. Licensed to carry firearms and properly screened and cleared by the

PNP, NBI and other concerned government offices for this purpose, copies of such clearances to be furnished to the DOTC-MRT III upon deployment.

**i. Must be holder of the following Certificates: (i) National Certificate Training NC II, duly issued by TESDA and (ii) Certificate of Training for Security Guards and other requirements of RA 5487 as amended. (Must be duly Attached as part of Technical Requirements)

**j. Must undergone to First-Aid and Basic-Life Support Course certified by the Philippine National Red Cross.(Attach Certified True Copy of Certificate from Philippine National Red Cross)

**k. Holder of a security guard’s license from the PNP SAGSD SOSIAand valid for at least one (1) year, from date of posting and must be able to file an application for renewal of his license, so that immediately when his license expires, the renewal shall have been already approved and issued to him.(Attach Certified True Copy of Security Guard/Officer License issued by the PNP-SOSIA)

**l. Trained in safe handling of firearms with Certificate from PNP Accredited Training Centre.(Attach Certified True Copy of Certificate)

*m. In proper uniform and armed with a rifle, shotgun, pistol or revolver with firearms license and sufficient ammunition at all times during his tour of duty.

*n. Capable of assimilating written and/or oral instructions in English and Filipino and can render intelligible reports.

*o. Must maintain good grooming, preferably military haircut. 1.2. K-9Canine Handlers 1.*a. Trained and certified in the proper and efficient use of canines. **b.Holder of a Canine Handler License from the PNP SOSIA and valid for

at least one (1) year, from date of posting and must be able to file an application for renewal of his license, so that immediately when his license expires, the renewal shall have been already approved and issued to him. (Attach Certified True Copy of Canine Handler License issued by the PNP-SOSIA)

2. *c. With at least two (2) yearsexperience in the handling of canines. 3.*d. At least 21 years of age, 5’4” tall for male and 5’2” female. 4.*e.Physically and mentally fit. **f. Certified by the PNP-SOSIA Security Canine Management

Page 8 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014 Division (Attach Certified True Copy of Certificate of Efficiency from PNP SOSIA Security Canine Management Division)

3. Canine *a. Explosive/TNT detection capable canine *b. At least 1 year in deployment in any facility / institution, preferable

in the transportation sector.

**c. Certified by the PNP-SOSIA Security Canine Management Division (Attach Certified True Copy of Certificate of Efficiency from PNP SOSIA Security Canine Management Division)

Certified True and Correct. _____________________________

Name of Company (in print) ________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print) ____________________________

Date

Page 9 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

TECHNICAL SPECIFICATIONS Legend: *Indicate “Comply” or “Not Comply” only ** Indicate “Comply” or “Not Comply” and attach the required document/s and/or evidence of compliance at point of submission of bids

Minimum Qualifications Bidder’s Proposal

Comply or Not Comply 1. Prospective Bidders must be licensed and registered Security Agencies and can

meet the following minimum requirements: a. In the Security agency business for at least three (3) years

and still in operation. Must be registered with PhilGEPS.

**b.Must have a valid and current Regular (Not Provisional) License to Operate (LTO) a Private Security Agency issued by the PNP-Supervisory Office for Security and Investigation Agencies (SOSIA); (Original/Certified True Copy)

**c.A valid Certificate of Good Standing duly issued by the Philippine Association of Defectives and Protection Agency Operators (PADPAO), Inc. as of the month prior to the publication of the ITB.

*d. Must strictly follow the current and prevailing PADPAO rate inclusive of Agency Fee/Administrative Overhead and Margin Fee. Non-conformity will be ground for automatic disqualification of bid proposal. (Rubio vs. Ombudsman and Sandiganbayan, G.R. No. 171609, August 17, 2007)

1. Additional Set of Technical Specification

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

1. Stability *a. Years of experience of company/security agency - at

least three (3) years and still in operation

**b. Liquidity of the AGENCY - six (6) months cash flow as evidenced by Bank Certificate

Page 10 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

**c.Company profile typed in company letterhead/stationery, which shall state/indicate the following information:

1) Principal address, e-mail address and telephone/fax numbers of the company including the addresses and telephone/fax numbers of its branch office/s, if any.

2) Number of years in the security services business which should not be less than 3 years from date of advertisement of ITB.

3) Bidder to submit resume of Agency officers/personnel.

4) Organizational Structure

**d.Audited Financial Statement and Balance Sheet for the year 2013 stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

2. Resources **a.No. of Licensed Firearms (See Section IX - Sample

Forms)

**b.No. and kind of communication devices (See Section IX - Sample Forms)

**c.No. and kind of communication devices (See Section IX - Sample Forms)

**d.No. and kind of motor powered vehicles (See Section IX - Sample Forms)

**e.No. of Licensed Guards (See Section VIII - Sample Forms)

**f.Minimum Qualifications of Security Guards to be assigned at DOTC-MRT III duly signed by the authorized signatory for this bidding (See Section VIII - Sample Forms)

Page 11 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

**3. Security Management Plan The Security Management Plan must contain the following minimum requirements: *I. Introduction

a. Background b. Objectives

*II. Definition of Terms *III. Administrative Provisions

a. Authority b. Approval c.Document Security Classification

*IV. Security Organization and Security Responsibilities a. Security Organization b. Company Security Organization and Responsibilities

c. Security Policy *V. Standard Security Measures a. At Security Level I

1. Guard/Watch facilities stations 2. Access Control 3. Screening of passengers and their baggage 4. Security and monitoring of restricted areas 5. Handling of cargoes 6. Handling of merchandise/goods/provisions 7. Handling of unaccompanied baggage 8.Monitoring of Security at the Bus terminal/facilities/stations 9. Aids to Security 10. Additional Security Measures 11. Emergency Actions Contingency Procedures 12. Reporting Procedures

13. Security Procedures in the conduct of activities not covered by program 14. Declaration of Security Procedures 15. Plan Audit and Review Procedures 16. Records and Documents 17.Provision for retention of records of security incidents and threats, revisions, audits, training, drills and exercise as evidence of compliance with those requirements 18. Training, Drills and Exercises 19. Rail Transport Security Advisory Committee 20. Annexes, if any.

4. Other Factors

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

**a. Recruitment and Selection Criteria

**b. Completeness of Uniforms, Paraphernalia (Sworn Statement)

Page 12 of 13

ANNEX C MRT-3 Security Services Project General Bid Bulletin No. 04-2014

5. Other DOTC-MRT III Requirements

Minimum Qualifications

Bidder’s Proposal Comply or Not Comply

a. Authority to conduct site inspection **a. b. Affidavit – Conducted of Site Inspection

Page 13 of 13

ANNEX D MRT-3 Security Services Project General Bid Bulletin No. 06-2014

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 the [Name of the Procuring Entity];

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] 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,

ANNEX D MRT-3 Security Services Project General Bid Bulletin No. 06-2014

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; 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;

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; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the

Project]; and

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]

[JURAT]

ANNEX E MRT-3 Security Services Project General Bid Bulletin No. 06-2014

(Bidder’s Company Letterhead)

______________________________ Name of Private Security Agency

______________________________ Address

__________________________ Telephone/Fax No.

BIDDING FOR THE PROCUREMENT OF SECURITY SERVICES FOR DOTC-MRT III:

LIST OF COMMUNICATION/SURVEILANCE DEVICES

BRAND/MAKE SERIAL NO. DESCRIPTION EXPIRY DATE

I. Two-way radio II. Cellular Phone III. CCTV IV. Metal Detectors V. Others:

Certified Correct:

____________________________________________ Printed Name and Signature of

Owner or Authorized Representative