17
SUPPLEMENTAL BID BULLETIN NO. 3 28 July 2021 Attention: All prospective bidders for the project BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS, (ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%) contingency Please be informed on the following: 1. The schedule for the Submission and Opening of Bids shall proceed as follows: Particulars Date Venue *Submission of Eligibility Documents, Technical and Financial Proposals 5 August 2021 (Thursday) ON OR BEFORE 9:00 AM 6/F BAC Secretariat DBP Head Office, Makati City Opening of Eligibility Documents, Technical and Financial Proposals 5 August 2021 (Thursday) 10:30 AM 12 th Floor, Executive Staff Room, DBP Head Office, Makati City *Late Bids shall not be accepted. 2. Replies to queries Query Reply To open the bid project to more bidders, the said requirement is hereby amended as follows: In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 and the REVISED CHECKLIST OF REQUIREMENTS attached in this Supplemental Bid Bulletin No. 3 dated 28 July 2021.

SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3

28 July 2021 Attention: All prospective bidders for the project BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS, (ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%) contingency Please be informed on the following: 1. The schedule for the Submission and Opening of Bids shall proceed as follows:

Particulars Date Venue

*Submission of Eligibility Documents, Technical and Financial Proposals

5 August 2021 (Thursday) ON OR BEFORE 9:00 AM

6/F BAC Secretariat DBP Head Office, Makati City

Opening of Eligibility Documents, Technical and Financial Proposals

5 August 2021 (Thursday) 10:30 AM

12th Floor, Executive Staff Room, DBP Head Office, Makati City

*Late Bids shall not be accepted.

2. Replies to queries

Query Reply

To open the bid project to more bidders, the said requirement is hereby amended as follows: In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 and the REVISED CHECKLIST OF REQUIREMENTS attached in this Supplemental Bid Bulletin No. 3 dated 28 July 2021.

Page 2: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 2 of 17

Query Reply

With regards to the firearms requirement, much as we want to grant your requests, we regret to inform that due to the expiration of all the existing contracts for security services on September 30, 2021, we are constraint to decline your request considering the long process in the acquisition of firearms (RA 10591) and the assurance of its availability on or before the implementation date of the Project. All the necessary firearms / equipment / tools / devices, etc. to be used by the winning bidder/s to DBP must be in place and readily available on or before the date of implementation of the Project. We suggest finding other legal options/means to comply with all the requirements stated in the Bid Documents/Terms of Reference.

We just want to clarify from the Terms of Reference in Section 6 & 7, if we will just put comply opposite to the item? Or the winning bidder only will supply or prepare those being asked in the terms of reference?

FORM 8 for the Technical Specification must be submitted for the bid opening, duly accomplished indicating “comply” on each page/ each requirement, and duly signed for conformance by the bidder’s authorized representative. Some of the requirements under Section 6 and 7 of Form 8 are already included in the Checklist of requirement for the bid opening. Other requirements must be complied by the winning bidder if awarded the contract.

Can the SLCC cover the first year of the ABC? The requirement relative to SLCC is revised as follows: Similar contract refers to security services or armored services.

In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 and the REVISED CHECKLIST OF REQUIREMENTS attached in this Supplemental Bid Bulletin 3 dated 28 July 2021.

Page 3: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 3 of 17

Query Reply

For the submission of a list of equipment, we have the list but for the committed equipment for the site, can we submit AFFIDAVIT OF UNDERTAKING in case of award we will purchase all the necessary equipment esp. the firearms. Excess firearms in the vault are not allowed.

No. Much as we want to grant your requests, we regret to inform that due to the expiration of all the existing contracts for security services on September 30, 2021, we are constraint to decline your request considering the long process in the acquisition of firearms (RA 10591) and the assurance of its availability on or before the implementation date of the Project. All the necessary equipment / tools / devices, etc. to be used by the winning bidder/s to DBP must be in place and readily available on or before the date of implementation of the Project. We suggest finding other legal options / means to comply with all the requirements stated in the Bid Documents/Terms of Reference.

We want to clarify if the Security Plan should be included in the submission of Bid Documents?

No. The security plan shall be submitted by the winning Bidder upon receipt of the Notice of Award.

Does the ABC include the updated wage orders in the respective region?

YES.

What if the ABC is not sufficient for the current wage order?

The ABC is sufficient based on the current wage orders and other government mandatory contributions.

Does the contingency refer to the administrative fee and admin overhead?

No. The ABC of Php247,431,649.62 per year equivalent to Php742,294,948.86 for three (3) years contract includes the administrative fees and all applicable government taxes and charges The ABC of Php296,917,979.55 per year equivalent to Php890,753,938.65 for three (3) years contract includes the administrative fees, all applicable government taxes and charges and 20% contingency. However, the 20% contingency fee shall only be used in any of the following conditions:

1. Increase in the minimum daily wages, SSS, Philhealth, Pag-ibig and other mandatory requirements pursuant to newly enacted or new wage order issued by the government authorities after the date of bidding;

2. Increase in taxes; and

Page 4: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 4 of 17

Query Reply

3. If during the term of contract, the procuring entity sees the need for an increase in the number of manpower services that includes posting of security guards for new branch(es), branch-lite unit(s), acquired properties and other installations that DBP may establish, provided that the resulting cost of said increase will not exceed the ABC for the relevant year and provided further that payment for additional services shall be in accordance with the rules and regulations of the Commission on Audit and the Government Procurement Reform Act.

What percentage of the ABC is admin fee? 20% of the total contract cost. (Please refer to DOLE Dept. Order No. 150-16)

Should a bidder who bought the previous bid docs pay for the bid docs again?

Bidders who have previously purchased the bidding documents may secure the bidding documents for free.

Will 20% of the ABC be used for admin fee, exclusive of contingency.

YES.

A bidder who may be new to the business may not have the required firearms for the project, they need to secure an Authority to Purchase from PNP SOSIA which requires a prior NTP from the client, can the required list of firearms dedicated to DBP be waived? The dilemma is firearms are not allowed to be purchased if there is no NTP. (Certain bidders confirmed the requirement of PNP SOSIA, however, other agencies expressed that they have no problem with the requirement)

No. Much as we want to grant your requests, we regret to inform that due to the expiration of all the existing contracts for security services on September 30, 2021, we are constraint to decline your request considering the long process in the acquisition of firearms (RA 10591) and the assurance of its availability on or before the implementation date of the Project. All the necessary firearms / equipment / tools / devices, etc. to be used by the winning bidder/s to DBP must be in place and readily available on or before the date of implementation of the Project. We suggest finding other legal options / means to comply with all the requirements stated in the Bid Documents/Terms of Reference.

In lieu of the list can an affidavit of undertaking be submitted?

No. All the necessary firearms / equipment / tools / devices, etc. to be used by the winning bidder/s to DBP must be in place and readily available on or before the date of implementation of the Project.

Page 5: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 5 of 17

Query Reply

How many copies of documents should be submitted if bidding for more than 1 cluster?

Bidders bidding for one or more than one clusters are required to submit one set eligibility, technical and financial indicating therein the cluster being bid (envelope, Bid Securing Declaration and the Financial Bid) The one set of bid documents must be submitted as follows: (3) sets of their Eligibility, Technical documents and Financial Proposal (one (1) original and two (2) copies) of the first and second components of its bid). Please refer to item 15 of the Bid Data Sheet of the bidding documents.

Is the SLCC for one year or three years? Other government agencies require SLCC for one year, can bidder submit 50% of 1-year ABC

To open the bid project to more bidders, the said requirement is hereby amended as follows: Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC. Similar contract refers to security services or armored services. In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 and the REVISED CHECKLIST OF REQUIREMENTS attached in this Supplemental Bid Bulletin 3 dated 28 July 2021.

Is admin overhead 20% of the ABC plus 20% contingency?

The 20% of the total contract cost is for the admin fee only (DOLE Dept. Order No. 150-16)

Can a bidder bid lower than the 20% admin overhead? No. The 20% of the total cost is the standard administrative fee (DOLE Dept. Order No. 150-16)

Can armored services be used as SLCC YES. Definition of similar contract is revised as follows: Similar contract refers to security services or armored services.

Page 6: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 6 of 17

Query Reply

To request revision of SLCC To open the bid project to more bidders, the requirement for the SLCC is hereby amended as follows: Similar contract refers to security services or armored services. In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 and the REVISED CHECKLIST OF REQUIREMENTS attached in this Supplemental Bid Bulletin 3 dated 28 July 2021.

If bidding for only 1 cluster, can bidders submit only 1 set of eligibility docs?

Bidders bidding for one or more than one clusters are required to submit one set eligibility, technical and financial indicating therein the cluster being bid (envelope, Bid Securing Declaration and the Financial Bid) The one set of bid documents must be submitted as follows: (3) sets of their Eligibility, Technical documents and Financial Proposal (one (1) original and two (2) copies) of the first and second components of its bid). Please refer to item 15 of the Bid Data Sheet of the bidding documents.

Who determines the penalties/findings and how are the providers informed?

The designated Branch Security Officer and/or the Security Services Department (SSD) shall determine the penalties based on the approved TOR and written report which will be properly communicated to the service provider.

What is the basis of the computation for the 13% of SSS (page 51 of the bidding docs.)? May we also request a sample of your computation for the financial detail based on 8 hours and 7 days duty.

Based on SSS Circular No. 2020-033 dated December 07, 2020, otherwise known as the “New Schedule of SSS Contributions Effective January 2021. Please refer to DOLE Dept. Order No. 150-16 pages 9 & 10 for the computations on 8 hours and 7 days a week duty, etc.

Page 7: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 7 of 17

3. Revision on the bidding forms

From To

FORM 4 Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per FORM 4), duly signed by the bidder’s authorized representative. Similar contract refers to security services In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC (for three (3) years) of the cluster with the highest ABC being bid.

REVISED FORM 4 (Attached in this Supplemental Bid Bulletin No. 3 dated 28 July 2021) Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC. Similar contract refers to security services or armored service. In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Please refer to the attached REVISED FORM 4 attached in this Bid Bulletin No. 3 dated 28 July 2021.

4. Revision on the Checklist of Requirements

From To

TAB 5 Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per FORM 4), duly signed

by the bidder’s authorized representative. Similar contract refers to security services In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC (for three (3) years) of the cluster with the highest ABC being bid. Listed completed contract must be supported by the following:

a) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract AND

b) Any one of the following documents b.1) Copy of Certificate of Completion

or Certificate of Acceptance or

TAB 5 Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per REVISED FORM 4), duly signed by the bidder’s authorized representative. Similar contract refers to security services or armored service. In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid. Listed completed contract must be supported by the following:

a) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract AND

b) Any one of the following

Page 8: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 8 of 17

Certificate of Satisfactory Performance issued by the bidder’s client.

b.2) Copy of Official Receipt/s or Sales Invoice/s issued by the bidder to the client (ORs/ SIs must sum up to the full amount of total contract price of completed project)

documents b.1) Copy of Certificate of

Completion or Certificate of Acceptance or Certificate of Satisfactory Performance issued by the bidder’s client.

b.2) Copy of Official Receipt/s or Sales Invoice/s issued by the bidder to the client (ORs/ SIs must sum up to the full amount of total contract price of completed project)

5. Bidders are reminded to use the REVISED FORM 4 (Statement of Single

Completed Contract) as attached in this Supplemental Bid Bulletin No. 3 dated 28 July 2021 and submit it together with ALL other required documents for the Submission and Opening of Eligibility, Technical, and Financial Documents/Proposal.

6. Bidders are reminded to use as guide/reference in preparing their Bidding Documents the attached REVISED CHECKLIST OF REQUIREMENTS attached in this Bid Bulletin No. 3 dated 28 July 2021.

7. The Eligibility, Technical and Financial Proposals must be properly tabbed for easy reference and must be submitted in sequence/order per Revised Checklist of Requirements.

8. The BAC shall no longer entertain any question/request for clarification after the issuance of this Bid Bulletin.

9. Please be advised that bids submitted after the deadline shall only be marked for recording purposes, shall not be included in the opening of bids, and shall be returned to the bidder unopened.

For the guidance and information of all concerned.

CAROLYN I. OLFINDO

Senior Vice President, and Chairperson, Bids and Awards Committee

SIGNED

Page 9: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 9 of 17

SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER,

ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES FOR THREE (3) YEARS

Bid Reference No. G-2021-28

TRANSMITTAL FORM REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS Note: Please fill-out this form and submit directly to the BAC Secretariat outside of the sealed envelopes.

Name of Bidder: Complete Address: Submitted by: Landline: Email:

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

LEGAL ELIGIBILITY DOCUMENTS

TAB 1

If the bidder is a joint venture (JV):

a. If bidding as a formed JV: Submit the existing valid, duly accomplished, signed and notarized JV Agreement (JVA). The JVA must specifically indicate among others, the following: the partner company that will represent the JV, the shareholdings of each partner company in the JV (to determine which partner company and its nationality has the controlling majority share), and the share of each partner company in the JV.

Moreover, please likewise note:

1) If the JV is incorporated or registered with the relevant government agency, all documents listed in this checklist must be under the JV’s name and shall submit the PhilGEPS Certificate of Registration under Platinum Category also under the JV’s name.

2) If the JV is unincorporated, the PhilGEPS Certificate of Registration under Platinum Membership shall be submitted by each of the JV partners, while submission of the technical and financial eligibility documents (Tab 4 onwards) by any one of the JV partners constitutes collective compliance.

b. If bidding as a JV that is yet to be formed: Submit duly notarized Agreement to Enter into Joint Venture (Template per FORM 1,). Please likewise note:

PhilGEPS Certificate of Registration under Platinum Membership shall be submitted by each of the JV partners, while submission of the technical and financial documents (Tab 4 onwards) by any one of the JV partners constitutes collective compliance.

TAB 2 Proof of appointment/authority of bidder’s representative:

FOR MACHINE STAMP (OFFICIAL TIME) BY THE DBP BAC SECRETARIAT

Received:

Page 10: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 10 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

a. Duly notarized Special Power of Attorney (if the bidder is a sole proprietorship) (Template per FORM 2-A)

OR

b. Duly notarized Secretary’s Certificate (if the bidder is a corporation, partnership, cooperative or joint venture)

b.1 If the bidder is a corporation - Template per FORM 2-B

b.2 If the bidder is an INCORPORATED JV- Template per FORM 2-C

b.3 If the bidder is an UNINCORPORATED JV-Template per FORM 2-D Each JV partner must submit its duly notarized Special Power of Attorney or Secretary’s Certificate, whichever is applicable, indicating therein the following:

1. That they are duly authorized to participate in the bidding as a JV; 2. The authorized Lead Company to represent the JV; 3. The person designated as the duly authorized representative of the JV to

participate in the bidding, sign the bid proposals/bidding documents and sign the ensuing contract with DBP.

b.4 If the bidder is a JV THAT IS YET TO BE FORMED-

Each JV partner must submit its duly notarized Special Power of Attorney (SPA) or Secretary’s Certificate (Template per FORM 2-E), whichever is applicable.

IN CASE, THERE ARE MORE THAN ONE APPOINTED/DESIGNATED REPRESENTATIVE, USE OF “AND” shall mean both/all representatives must sign the bid forms (i.e. Statements, TOR, financial bid) to be submitted for the bid opening.

Use of “OR” is recommended.

GPPB has issued Circular No. 07-2017 dated 31 July 2017 in relation to the deferment of the implementation of mandatory submission of PhilGEPS Certificate of Registration under “Platinum” Category in Competitive Bidding under Section 8.5.2 of the 2016 Revised IRR of RA 9184 and as required per GPPB Circular No. 03-2016 dated 27 October 2016, to provide prospective bidders with additional time to register with PhilGEPS under the Platinum Membership category.

TAB 3

Valid and current PhilGEPS Certificate of Registration in PLATINUM CATEGORY with Annex “A” or the List of Class “A” Eligibility Documents required to be uploaded and maintained current and updated in the PhilGEPS. “Uploaded” documents under Annex “A” shall mean all of the following required Legal Eligibility Documents are updated or maintained valid and current (TABs 3A-3D):

TAB 3A

Registration Certificate issued by Securities and Exchange Commission (SEC) or Department of Trade and Industry (DTI) or Cooperative Development Authority (CDA);

Page 11: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 11 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

TAB 3B

CY 2021 Business/Mayor’s Permit issued to bidder by the city or municipality where the principal place of business of the bidder is located or the equivalent document for Exclusive Economic Zones or Area

OR

If in case the 2021 Business/Mayor’s Permit is not yet issued/available:

1) CY 2020 Business/Mayor’s Permit issued to bidder by the city or municipality where the principal place of business of the bidder is located or the equivalent document for Exclusive Economic Zones or Areas; AND

2) Copy of the Official Receipt together with the Application Form as proof of

renewal for the CY 2021 Business/Mayor’s Permit Reminder: The copy of the CY 2021 Business/Mayor’s Permit shall be submitted by the bidder within five (5) calendar days upon receipt of the Notice of the Lowest Calculated Bid (LCB) as part of the post-qualification process.

TAB 3C

Current (not expired on the date of opening of bids) Tax Clearance (valid for Bidding Purposes) per Executive Order 398, Series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR)

TAB 3D

Audited Financial Statements (AFS) for CY 2020 OR CY 2019 (if 2020 is not yet available:

Independent Auditor’s Report;

Balance Sheet (Statement of Financial Position);and

Income Statement (Statement of Comprehensive Income)

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

(1) Bidders with valid and current PhilGEPS Registration (Platinum membership/ category) where all Eligibility Documents under Annex “A” (of the PhilGEPS Certificate of Registration) are all uploaded/updated, need not to submit documents under TABs 3A, 3B, 3C, and 3D in lieu of the PhilGEPS Certificate of Registration and Membership.

(2) For bidders who are NOT YET REGISTERED UNDER PLATINUM MEMBERSHIP/CATEGORY OR CURRENTLY UNDER “RED” CATEGORY, MUST SUBMIT COPY/IES OF THE DOCUMENTS PER TABs 3A, 3B, 3C and 3D Provided: that Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 which shall be submitted within five (5) calendar days upon receipt of the Notice of the Single or Lowest Calculated Bid (SCB/LCB).

(3) For bidders who are already registered under “Platinum” category, however, the uploaded file of Class “A” Eligibility Documents under Annex “A” are not current or updated or in the event that some Class “A” Documents earlier submitted with PhilGEPS already expired, a combination of their PhilGEPS Certificate of

Page 12: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 12 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

Registration under “Platinum” Category AND valid/current/updated Class “A” Eligibility Documents under TABs 3A, 3B, 3C and 3D shall be submitted.

The Certificate of PhilGEPS Registration under Platinum Membership with valid/current/updated Annex “A” of Eligibility Documents shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 which shall be submitted within five (5) calendar days upon receipt of the Notice of the Single or Lowest Calculated Bid (SCB/LCB).

TECHNICAL ELIGIBILITY DOCUMENTS

TAB 4

Statement by the bidder of ALL its ongoing government and/or private contracts

(including those awarded but not yet started, if any), whether similar or not similar in nature and complexity to the contract to be bid (include all contracts with the DBP for the said period, if any (Template per FORM 3), duly signed by the bidder’s authorized representative.

Note: For bidders who have no ongoing government and/or private contracts, kindly

indicate in their statement “NONE” to comply with the requirement. Bidders will be rated “failed” if no document is submitted or if the document submitted is incomplete or patently insufficient (per GPPB NPM 094-2013 dtd. 2013-12-19)

TAB 5

Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per REVISED FORM 4), duly signed by the bidder’s authorized representative. Similar contract refers to security services or armored service.

In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid.

Listed completed contract must be supported by the following: a) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract

AND b) Any one of the following documents

b.1) Copy of Certificate of Completion or Certificate of Acceptance or Certificate of Satisfactory Performance issued by the bidder’s client.

b.2) Copy of Official Receipt/s or Sales Invoice/s issued by the bidder to the client (ORs/ SIs must sum up to the full amount of total contract price of completed project)

Please refer to the attached REVISED FORM 4 attached in this Supplemental Bid Bulletin 3 dated 28 July 2021.

FINANCIAL ELIGIBILITY DOCUMENTS

TAB 6

Completely accomplished computation of Net Financial Contracting Capacity (NFCC) which must be at least equal to the ABC (for three (3) years) of the cluster being bid. In case the bidder participates/bids for more than one (1) cluster the NFCC must be at least equivalent to the sum of the ABC (for three (3) years) of all clusters being bid (Template per FORM 5), duly signed by the bidder’s

Page 13: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 13 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

authorized representative.

1) The values of the bidder’s current assets and current liabilities shall be based on the AFS for CY 2020 or 2019 (if 2020 is not yet available);

2) The value of the NFCC must at least be equal to the ABC of thisproject. IN case of Joint Venture, the partner responsible to submit the NFCC shall likewisesubmit the Statement of all its ongoing contracts and the Latest Audited FinancialStatements

If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank. Note: Credit line is only applicable for Public Bidding of Goods.

TECHNICAL COMPONENT

TAB 7

Original Bid Security issued in favor of the Development Bank of the Philippines (must be valid for at least 120 calendar days from the date of bid opening); any one of the following is acceptable:

a. Cashier’s/manager’s check issued by a Universal or Commercial Bank (at least 2% of ABC);

b. Bank draft/guarantee or irrevocable letter of credit issued by a Universal bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank (at least 2%of ABC);

c. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security (at least 5% of ABC);

d. Duly notarized Bid Securing Declaration (Template per FORM 6) duly signed by the bidder’s authorized representative.

Cluster Approved Budget

for the Contract (ABC) for three (3) years inclusive of taxes and 20% contingency

Cashier’s/ Manager’s check,

Bank draft/ guarantee or

irrevocable letter of credit (2% of ABC)

Surety bond (5% of ABC)

Bid Securing Declaration

I 157,572,573.15 3,151,451.46 7,878,628.66

No required percentage

II 147,076,609.53 2,941,532.19 7,353,830.48

III 150,009,585.12 3,000,191.70 7,500,479.26

IV 141,470,028.63 2,829,400.57 7,073,501.43 V 157,910,010.42 3,158,200.21 7,895,500.52

VI 136,715,131.80 2,734,302.64 6,835,756.59

Total 890,753,938.65

For bidders who opt to submit a surety bond must also submit copy of Certification issued by Insurance Commission that the surety or insurance company is authorized to issue such security.

Page 14: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 14 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

The Bid Securing Declaration mentioned above is an undertaking which states, among others, that the bidder shall enter into contract with the Procuring Entity and furnish the performance security required under ITB Clause 31, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued by the GPPB.

TAB 8 Accomplished Omnibus Sworn Statement (Template per FORM 7), duly signed by the bidder’s authorized representative and notarized.

TAB 9

Accomplished/ conformed Terms of Reference per FORM 8 duly signed by the bidder’s authorized representative for conformance. Bidders must state in the Form “Comply” or “Not Comply”

Requirements as part of the Terms of Reference

TAB 10

Company profile with the list of corporate in the field of banking, or similar financial institutions/government collecting agencies e.g. BIR, Treasury and the likes including but not limited to warehouse, staff house, training centers, hangars for the last five (5) years indicating its latest project, number of guards deployed and duration of the contract.

TAB 11

Organizational set-up, duly signed by the bidder’s authorized representative. The organization should be run by key officers, preferably with relevant military or police background and /or management on corporate security

TAB 12

Valid/current License to Operate as Security Agency issued by the PNP Supervisory Office on Security and Investigation Agencies

OR - Certification from PNP SOSIA that the application for the renewal of their LTO is

under process, and - Copy of application for renewal A copy of application for renewal received by PNP. Provided, the valid and current LTO shall be provided /submitted during Post Qualification or prior to the issuance of Notice of Award, (if declared as Lowest/ Single Calculated Bid)

TAB 13

Certificate that reserve guards shall be provided which shall not be less than ten percent (10%) of the total number of security guards that will be posted at DBP based on the approved security plan, duly signed by the bidder’s authorized representative.

TAB 14

List of motor vehicles/transportation equipment, communication equipment, metal detectors, handheld radios and other security devices/equipment registered in the name of the bidder to be used /assigned at DBP (if awarded the contract), duly signed by the bidder’s authorized representative.

TAB 15

List of registered firearms from the Firearms Information Management Systems(FIMS), Firearms & Explosives Division (FED),PNP indicating the description, model, caliber, serial number, license number and corresponding ammunitions under the name of the bidder to be used/dedicated for DBP (if awarded the contract, duly signed by the bidder’s authorized representative

Page 15: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 15 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

TAB 16

Copy of Notarized latest disposition of its clients, security guards and firearms submitted to PNP -SOSIA

SECOND ENVELOPE: FINANCIAL PROPOSAL (DULY SEALED AND MARKED)

TAB 1

Financial Bid per FORM 9, duly signed by the bidder’s authorized representative

Note: Bidders may bid for one (1), some or all six (6) Clusters. Please fill up the Clusters being bid and put “N/A” for the cluster not bided.

TAB 2

SEPARATE DETAILED FINANCIAL BID FOR EACH CLUSTER BEING BID

Detailed Financial Bid (in bidder’s own format) duly signed by the bidder’s authorized representative.

Note: The ABC includes estimates for in case of wage increase, additional guards requirements, overtime pay/night shift differential /adjustment.

The financial bid shall be computed based on the following (INCLUDING NIGHT DIFFERENTIAL): i. 8 hrs ii. 7 days iii. 393.8 days

396.8 days for Cities of Cotabato, Sultan Kudarat, Kidapawan, Tacurong, Province of North Cotabato, Bangsamoro Autonomous Region (BARMM)

and Category IV of Northern Mindanao (Region X) (due to additional Muslim holiday)

Computation of Night differential shall be as be based on the following s from 10:00PM to 6:00 AM per DOLE Dept. Order No. 150-16 series of 2016.

Cluster Total number of guards

Total number WITHOUT night

differential

Total number WITH night differential

I 136 115 21

II 187 149 38

III 172 137 35

IV 183 149 34

V 194 155 39

V 176 141 35

1,048

Detailed Financial Bid must be based on current/latest DOLE Wage Orders:

Daily Wage

Ave, Pay per month

Night Differential (as applicable)

13th month

5 day Service Incentive

Uniform Allowance

Total amount to be Paid to the Guard

Page 16: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 16 of 17

Note: Per Government Procurement Policy Board (GPPB) Resolution No. 09-2020 on the APPROVING MEASURES FOR THE EFFICIENT CONDUCT OF PROCUREMENT ACTIVITIES DURING A STATE OF CALAMITY, OR IMPLEMENTATION OF COMMUNITY QUARANTINE OR SIMILAR RESTRICTIONS, submission of Bid Forms without notarizations shall be accepted on the date of the opening of the bids, provided that the notarized Bid Forms shall be submitted after the award but before payment.

Item FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY SEALED AND MARKED)

Payable to Government

Retirement Benefit SSS (13%)

Philhealth (3%)

State Insurance

Pag ibig

Total payable to Gov’t

Total amount to guard and Government

Agency Fee (_______%)

Value added Tax

Total contract rate per guard per month

Detailed Financial Bid must include the following rate per guard;

a) Payment to the guard: daily wage, 13th month pay, 5 days incentive pay, uniform allowance and COLA

b) Amount being paid to the government in favor of the guard: Retirement Benefit, SSS Premium, Philhealth contribution, State Insurance Fund, Pag-ibig Fund

Bid shall be declared “failed” if mandated benefits and payables to the government in favor of the guard employee are not present in the bid. SUM (monthly and yearly payment) shall be based on the regular/actual services rendered. Computation on the night differential shall be included in the bid proposal based on DOLE Dept. Order No. 150-16 s. 2016. Overtime shall be paid based on actual services rendered, computation of which shall be based on mandated legal OT rate. SUM OF THE DETAILED FINANCIAL BID PER CLUSTER MUST BE THE SAME WITH TOTAL BID PER CLUSTER PER TAB 1.

Page 17: SUPPLEMENTAL BID BULLETIN NO. 3 BID REF. NO. G-2021-28

SUPPLEMENTAL BID BULLETIN NO. 3 (28 July 2021) BID REF. NO. G-2021-28: SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS,

(ABC: PhP 296,917,979.55 per year or PhP 890,753,938.65 for three (3) years inclusive of taxes and the twenty percent (20%)

page 17 of 17

REVISED FORM 4

(use Bidder’s Official Letterhead)

SECURITY SERVICES FOR THE HEAD OFFICE BUILDING, BRANCHES, BRANCH LITE UNITS, CASH CENTERS, WAREHOUSE, HANGAR, TRAINING CENTER, ACQUIRED

PROPERTIES AND OTHER SITES /INSTALLATIONS OF THE DEVELOPMENT BANK OF THE PHILIPPINES, FOR THREE (3) YEARS

Bid Reference No. G-2021-28

STATEMENT OF SINGLE CONTRACT (GOVERNMENT OR PRIVATE), OF SIMILAR NATURE COMPLETED WITHIN THE LAST FIVE (5) YEARS EQUIVALENT TO AT LEAST FIFTY PERCENT (50%) OF THE ABC Business Name : ___________________________________________________ Business Address

: ___________________________________________________

Name of Contract a) Owner’s Name b) Address c) Telephone Nos.

Nature of Work

Bidder’s Role a) Amount at Award

b) Amount at Completion

c) Duration

a) Date Awarded

b) Contract Effectivity

c) Date Completed

Description %

IMPORTANT: Please attach the following supporting documents related to each listed completed similar contract:

Listed completed contracts must be supported by the following: 1) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract/Purchase Order (PO) AND 2) Any one of the following documents:

2.1) Copy of Certificate of Completion or Certificate of Acceptance or Certificate of Satisfactory Performance issued by the bidder’s client; 2.2) Copy of Official Receipt/s or Sales Invoice/s issued by the bidder to the client (ORs/ SIs must sum up to the full amount of total contract price of completed project).

Submitted by : ___________________________________________________ (Printed Name & Signature) Designation : ___________________________________________________ Date : ___________________________________________________

Note: Similar contract shall refer to security services or armored services. In case the bidder participates/bids for more than one (1) cluster, the bidder must have a completed similar contract equivalent to at least fifty percent (50%) of the ABC per year of the cluster with the highest ABC per year being bid.