Académique Documents
Professionnel Documents
Culture Documents
17 April 2012
Bid Bulletin
Security Services (PMO 02-2012)
All concerned participating prospective bidders are hereby informed of the following
amendments/changes and clarifications in the requirements for procurement of PMO’s
Security Services for 2012-2013:
Amendments
1. PMO will implement DOLE Department Order No. 18-A, series of 2011, dated November
14, 2011 specifically:
Section 9 (b)(ii)
“The place of work and terms and conditions governing the contracting
arrangement, to include the agreed amount of the services to be rendered, the standard
administrative fee of not less than ten percent (10%) of the total contract cost”.
The terms of which will be included in the service contract between PMO and the
winning bidder.
2. PMO will implement PADPAO Cost Distribution Per Month, Region VII-CentalVisayas,
Wage Order No. ROVII-16, Class C-Cities and municipalities in the Province of Bohol and
Negros Oriental (effective September 22, 2011).
3. Financial Proposal
3.1 The percentage used representing the administrative overhead margin of the
offered bid and PADPAO Circular (must not be less than 10% and not more than
24%) must be clearly indicated in the itemized presentation of the financial bid
component and shall serve as attachment to the Financial Proposal Submission
Sheet labeled as Annex “D-1”. Prospective bidder’s financial proposal whose
administrative fee is less than 10% or more than 24% of the contract cost will be
automatically disqualified.
3.2 The excess of twelve (12) days COLA as indicated in PADPAO Cost Distribution
Per Month, Wage Order No. NCR-16 (effective May 26, 2011) should be
incorporated in the Financial Proposal, which will have to be shouldered by the
security agency.
Reminders/Clarifications
1. BDS Section 13.1The Performance Security may be in any of the following forms:
The Opening of Bids is on Tuesday, 24 April 2012,9:00 A.M. for NCR and Luzon,
and 2:00 P.M. for Visayas and Mindanao,at 6/F PMO Bldg., 104 Gamboa St., Legaspi
Village, Makati City. Late comers will not be entertained and will be declared in default.
Each Bidder shall submit its Eligibility Documents, Technical Component and
Financial Proposal in three (3) sets each,one (1) set of original/authenticated and two
(2) sets of photocopies.The original/authenticated documents should be placed inside an
envelope and this envelope should be marked “ORIGINAL”. The first set of photocopies
of the original/authenticated documents should be placed inside an envelope and this
envelope should be marked “COPY 1”, and the other set of photocopies should also be
placed inside an envelope and this envelope should be marked “COPY 2”.
In the event of a tie among bidders, such that two or more bidders submitted the
same bid amount in their financial proposals, PMO shall use non-discretionary/non-
discriminatory measure, such as “draw lots” or similar methods of chance.
Further, PMO may opt to bring the concerned bidders to agree on a better
selection criteria which should also be non-discretionary/non-discriminatory and similarly
based on sheer luck or chance.
5. Bidding Forms/Annexes
Please take note and be reminded of the legal documents (as indicated in the
Sample Forms/Annexes in the Bidding Documents (PMO 02-2012) that need to be
notarized as submitted. Failure to do so would mean an automatic disqualification.
6. Security Contract
The Security Contract as one of the Annexes in the bidding document shall be
subject to modification/negotiation with the winning bidder.
7. Prospective bidder(s) who fails to purchase the Bidding Document (PMO 02-2012) for
PMO’s Security Services will not be allowed to join the bidding process.
ELLEN H. RONDAEL
Deputy Privatization Officer and
Chairperson, PMO BAC
Annex “D-1”
B. AGENCY FEE
Administrative Overhead and Margin
New Formula on the computation of the equivalent Monthly Minimum Wage Rates based on the latest NWPC (National Wages &
Productivity Commission) dated ______________ for NCR/Luzon and dated _______________ for Visayas/Mindanao