Production and Delivery of Dfpc Uniform 2016

Invitation to Bid for

PRODUCTION AND DELIVERY OF DFPC UNIFORM 2016

HRMD1504

Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015 intends to apply the sum of Seven Million Seven Hundred Thousand Pesos (PhP7,700,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2015100743. Bids received in excess of the ABC shall be automatically rejected at bid opening.

DFPC now invites bids for production and delivery of DFPC Uniform. Prospective bidders must have at least five (5) years experience in producing corporate uniform. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

Bidding will be conducted through open competitive bidding procedures using the non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

Interested Bidders may now obtain further information from DFPC and inspect and/or purchase the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru Fridays until 20 August 2015.

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that Bidders shall pay the non-refundable fee of Ten Thousand Pesos (PhP10,000.00) for the Bidding Documents not later than the submission of their bids.

DFPC will hold a Pre-Bid Conference on 30 July 2015 at 10:00AM at the address given below, which shall be open only to all interested parties who have purchased the Bidding Documents.

Bids must be delivered to the address below on or before 24 August 2015 at 10:00AM. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall immediately follow at 10:15AM at the address given below. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

DFPC reserves the right to waive any formality on the eligibility requirements of this project. Furthermore, DFPC reserves the right to reject any and all proposals, to annul the bidding process, or declare a failure of bidding, or not award the contract in any of the situations stated under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a contract shall be entered as a result of this invitation without thereby incurring liability to the affected bidder or bidders.

BAC Secretariat

DUTY FREE PHILIPPINES CORPORATION

EHA Bldg, Fiesta Mall, Columbia Complex

Ninoy Aquino Ave., Parañaque City

(632) 552-4343; (632) 552-4337 / 16555 loc. 3039 / 3096

Telefax No. (632) 552-4345, 879-3664, 552 4399 loc 833 / 834

Sgd. MA. Lourdes D. Velarde

BAC Chairperson

III. Bid Data Sheet

ITB Clause /
1.1 / The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATION
1.2 / The lot and reference is:
Uniform 2015
PR#2015100743
2 / The Funding Source:
The Government of the Philippines (GOP) through the 2015 Corporate Budget of Duty Free Philippines Corporation in the amount of :
Seven Million Seven Hundred Thousand Pesos (PhP7,700,000.00)
The name of the project is :
Production and Delivery of DFPC Uniform 2016 (HRMD1504)
3.1 / No further instructions.
5.1 / No further instructions.
5.2 / None of the circumstances mentioned in the ITB Clause exists in this Project. Foreign bidders, except those falling under ITB Clause 5.2(b), may not participate in this Project.
5.4 / The Bidder must have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(iii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC equivalent to:
Three Million Eight Hundred Fifty Thousand Pesos (PhP3,850,000.00)
Similar contract shall refer to production and delivery of corporate uniform.
7 / No further instructions.
8.1 / Subcontracting is not allowed.
8.2 / Not applicable.
9.1 / The Date and Venue of the Pre-Bid Conference is:
30 July 2015,10:00AM
DUTY FREE PHILIPPINES CORPORATION
3rd Floor EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Parañaque City
10.1 / The PROCURING ENTITY’s address is:
Duty Free Philippines Corporation Ground Floor, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
MA. LOURDES D. VELARDE
BAC Chairperson
Thru: BAC Secretariat
Tel No : 552 4337 loc 3039, 552 4343
Fax No. 879 3664 / 552 4345 / 552 4399 loc. 834

12.1(a) / No further instructions.
12.1(a)(i) / 2014 General Information Sheet stamped received by the SEC.
12.1(a)(iii) / The statement of all ongoing and completed government and private contracts shall include all such contracts within five (5) years (2011-2015) prior to the deadline for the submission and receipt of bids.
13.1 / No additional requirements.
13.1(b) / No further instructions.
13.2 / The ABC is
Seven Million Seven Hundred Thousand Pesos (PhP7,700,000.00)
Any Bid with a financial proposal exceeding this amount shall not be accepted.
15.4(a)(iii) / No incidental services are required.
15.4(b) / No incidental services are required.
16.1(b) / The Bid prices for Goods and services supplied from outside of the Philippines shall be quoted in Philippine Pesos.
16.3 / Not applicable.
17.1 / Bids will be valid until 22 December 2015.
18.1 / The bid security shall be in any of the following amount:
ACCEPTABLE FORMS / AMOUNT
1.  Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank / Two Percent (2%) of the ABC or
One Hundred Fifty Four Thousand Pesos (PhP154,000.00)
2. Bank draft/guarantee (signed by the appointee) or irrevocable letter of credit (original and notarized) issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank
3. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. / Five Percent (5%) of the ABC or
Three Hundred Eighty Five Thousand Pesos
(PhP385,000.00)
4. Any combination of the foregoing. / Proportionate to share of form with respect to total amount of security
5.  Bid Securing Declaration / No percentage required.
Refer to Bidding Form No. 2
18.2 / The bid security shall be valid until 22 December 2015.
20.3 / Each Bidder shall submit one (1) original and three (3) copies of its Eligibility/Technical Component and Financial Component.
21 / The Address for Submission of Bids is:
DUTY FREE PHILIPPINES CORPORATION
3rd Floor EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Parañaque City
The deadline for Submission of Bids is on
24 August 2015 at 10:00AM.
24.1 / The place of Bid Opening is
Duty Free Philippines Corporation, 3rd Floor EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
The date and time of Bid opening is on:
24 August 2015 at 10:15AM.
24.2 / No further instructions.
27.1 / No further instructions.
28.3 / The goods are grouped in single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, contract award.
28.3(b) / Bid modification is not allowed.
28.4 / No further instructions.
29.2(a) / 1.  2014 Income Tax Return (form 1701/1702)
2.  Business Tax Return (forms 2550M and 2550Q) for the last six (6) months (January to June 2015) prior to opening of Bids filed thru Electronic Filing and Payment System (EFPS).
Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment System (EFPS) shall be accepted.
29.2(c) / 1.  Company profile with names and designation of the company’s officers/partners (original).
2.  Location map and photo of the office (original).
3.  Philippine Textile Research Institute (PTRI) Certification that the recommended materials are in accordance with the employees’ uniform quality assurance standards for fabric performance (to be submitted prior to issuance of notice to proceed)
32.4(g) / No further instructions.

V. Special Conditions of the Contract

GCC Clause /
1.1(g) / The PROCURING ENTITY is Duty Free Philippines Corporation.
1.1(i) / The Supplier is ______
1.1(j) / The Funding Source is:
The Government of the Philippines (GOP) through the Corporate Budget of Duty Free Philippines Corporation 2015 in the amount of :
Seven Million Seven Hundred Thousand Pesos (PhP7,700,000.00)
1.1(k) / The Project Site is :
DUTY FREE PHILIPPINES CORPORATION, Ground Floor, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
5.1 / The PROCURING ENTITY’s address for Notices is:
DUTY FREE PHILIPPINES CORPORATION, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Ave., Parañaque City
Lorenzo C. Formoso Victor Ramon G. Marfori, Jr.
Chief Operating Officer HRMD Manager-OIC
Tel. Nos. (632) 879-3559 Tel. Nos. (632) 552 4346
Fax No. (632) 552 4301
______
______
______
______
______
______
______
6.2 / Services Rendered and Documents
The delivery terms applicable to this Contract are delivered to Duty Free Philippines, GF EHA Bldg., Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.
Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI, Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier as pre-requisite to payment are as follows:
1.  Original copy of the Supplier’s invoice showing GOODS’ description, quantity, unit price, and total amount signed by the PROCURING ENTITY’s representative at the Project Site;
2.  Delivery receipt detailing number and description of items received signed by the authorized receiving personnel;
For purposes of this Clause, the PROCURING ENTITY’s representatives at the Project Site are Elmer G. Silva and Emerliza P. Aure.
UNDERTAKING OF THE SUPPLIER
A.  Presentation of Prototypes
·  The SUPPLIERS shall be required to submit prototypes using the fabrics, colors and designs specified by the PROCURING ENTITY.
·  Chosen prototypes shall be submitted to PTRI for dimension of change testing.
·  Materials and accessories used must be on stock with the SUPPLIER for at least one (1) year from the time of completion of delivery.
B.  Production and Delivery of Uniforms
·  SUPPLIER shall obtain the measurements of all PROCURING ENTITY employees at no cost to PROCURING ENTITY.
·  SUPPLIER shall notify the PROCURING ENTITY on the status of the measurement taking according to the approved time frame and shall be required to submit an updated listing.
·  SUPPLIER shall be responsible for the completion of the measurement taking and monitoring of those without measurements based on the masterlist provided by the PROCURING ENTITY.
·  PROCURING ENTITY shall perform random quality checks during pre-production, production and post-production stages of uniforms to ensure conformity to the approved design and specifications.
·  Delivery of uniforms shall be by full set/employee and shall be properly packed and labeled.
·  SUPPLIER shall assure that each set of uniform shall be tailored with the highest level of workmanship. SUPPLIER shall immediately repair/alter uniforms delivered and found to be unsatisfactorily finished or fitted. Any further major repair will not be allowed, in which case, total replacement shall be effected by the SUPPLIER at no additional cost to the PROCURING ENTITY. In any event, the SUPPLIER shall undertake to provide alteration/repair or replacement within fifteen (15) working days after receipt of the uniform.
·  Alterations/repairs not delivered within fifteen (15) working days shall be considered undelivered uniforms and subject to the required penalty for late delivery.
·  SUPPLIER shall provide the PROCURING ENTITY of fifty (50) extra buttons for each kind of button used in the uniforms.
C.  Schedule of Payment
·  50% Upon complete delivery of Store based personnel
·  30% Upon complete delivery of Head Office and
·  10% Upon complete delivery of Logistics personnel
·  10% Upon completion of repair
PROCURING ENTITY shall withhold ten percent (10%) retention from all progress billings. Such amount shall be refunded to the SUPPLIER after three (3) months from issuance of the final certificate of acceptance.
D.  Penalty
·  The applicable rate of penalty for the delay in the delivery and repair shall be fifty pesos (50.00) per piece per day for every day of delay. The maximum deduction shall be ten percent (10%) of the amount of contract price. Once the maximum is reached, PROCURING ENTITY may consider termination of the contract.
·  In case the alterations/repairs exceed ten percent (10%) of the total order, SUPPLIER shall be considered for blacklisting in future bidding of PROCURING ENTITY.
·  Alterations attributable to the employee such as weight gain or changes in body size, revisions on the prescribed design and deviations from the prescribed fit and length shall not be considered as the fault of the SUPPLIER.
Packaging –
The Supplier shall provide such packaging of the GOODS as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the GOODS’ final destination and the absence of heavy handling facilities at all points in transit.
The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the PROCURING ENTITY.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Name of the PROCURING ENTITY
Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications
A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.
Insurance –
The GOODS supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The GOODS remain at the risk and title of the Supplier until their final acceptance by the PROCURING ENTITY.
Transportation –
Where the Supplier is required under Contract to deliver the GOODS CIF, CIP or DDP, transport of the GOODS to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.
Where the Supplier is required under this Contract to transport the GOODS to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.
Where the Supplier is required under Contract to deliver the GOODS CIF, CIP or DDP, GOODS are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, GOODS may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the PROCURING ENTITY certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the GOODS were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure in accordance with GCC Clause 20.
The PROCURING ENTITY accepts no liability for the damage of GOODS during transit other than those prescribed by INCOTERMS for DDP Deliveries. In the case of GOODS supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the PROCURING ENTITY until their receipt and final acceptance at the final destination.
Patent Rights –
The Supplier shall indemnify the PROCURING ENTITY against all thirdparty claims of infringement of patent, trademark, or industrial design rights arising from use of the GOODS or any part thereof.
10.4 / Not applicable.
13.4(c) / No further instructions.
16.1 / The inspections and tests that will be conducted shall be based on:
1.  Workmanship
2.  Finished Product
3.  Materials used
17.3 / Three (3) months after acceptance by the Procuring Entity of the delivered Goods or after the Goods are consumed, whichever is earlier.
17.4 / The period for correction of defects in the warranty period is within Fifteen (15) days upon notification of the PROCURING ENTITY.
21.1 / No additional provision.

VI.  Schedule of Requirements