SUPPLY AND INSTALLATION OF MAIN FIREWALL SYSTEM

CHECKLIST OF REQUIREMENTS

The first envelope shall contain the following:

  1. ELIGIBILITY AND TECHNICAL COMPONENTS
  1. ELIGIBILITY DOCUMENTS
  1. ITB Clause 12.1(a)(i)

Corporation / Single Proprietorship / Cooperative
SEC Registration / DTI Certificate of Business Name Registration / Registration certificate from Cooperative Development Authority (CDA)
BIR Certificate of Registration / BIR Certificate of Registration / BIR Certificate of Registration
Updated General Information Sheet received by the SEC
  1. Valid and current Mayor’s/Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas.

In cases of recently expired Mayor’s/Business permits, it shall be accepted together with the official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit, provided that the renewal permit shall be submitted as a post-qualification requirement in accordance with Section 34.2 of 2016 Revised IRR of RA 9184. ITB Clause 12.1(a)(ii)

  1. Tax clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue(BIR). ITB Clause 12.1(a)(iii)
  2. a. List if any, List if any, of all on-going government and private contracts including awarded but not yet started. (Please provide additional sheets, if necessary) BDS under ITB Clause 12.1(a)(iv)

CONTRACTS / CUSTOMER CONTACTS
Contract Name / Kinds of Goods/
Services Offered / Date of Contract & delivery
(mm/dd/yy & mm/dd/yy) / Contract Amount / Company / Person / Number/s
  1. Statement of all completed government and private contracts within the last three (3) calendar years (2014-2016)from the date of submission and receipt of bids and the list must have at least one (1) similar contract. BDS under ITB Clause 12.1(a)(v)

Pursuant to 2016 Revised IRR 23.4.1.3 of RA 9184, the prospective bidder must have completed, within the period specified in the Invitation to Bid, an SLCC that is similar to the contract to be bid, and whose value adjusted to current prices using the Philippine Statistics Authority (PSA) consumer price indices, must be at least fifty percent (50%) of the ABC equivalent to One Million Five Hundred Thousand Pesos (PhP1,500,000.00)

CONTRACTS / CUSTOMER SATISFACTION
(Let the customer sign the appropriate box) / CUSTOMER CONTACTS
Contract Name / GOODS delivered / Date of Contract & delivery
(mm/dd/yy & mm/dd/yy) / Contract Amount / Satisfied / Not Satisfied / Company / Person / Number/s
  1. Audited financial statements, showing among others, the prospective bidder’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year (2015) which should not be earlier than two (2) years from the date of bid submission. ITB Clause 12.1(a)(vi)
  2. Duly signed computation of the bidder’s Net Financial Contracting Capacity (Refer to Bidding Form 1, original) or If the prospective bidder submits a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid: Provided, That if the same is issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a local Universal or Commercial Bank. ITB Clause 12.1(a)(vii)
  3. Valid Joint Venture Agreement (JVA), pursuant to ITB Clause 5.4, in case of JV.ITB Clause 12.1(a)(viii)

Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12.1(a)(i) to 12.1(a)(iii). Submission of documents required under ITB Clauses 12.1(a)(iv) to 12.1(a)(vi) by any of the joint venture partners constitutes compliance.

  1. TECHNICAL DOCUMENTS
  1. Bid Security(Refer to BDS under ITB Clause 18.1 for the acceptable forms). ITB Clause 12.1(b)(i)
  2. Conformity with the specifications, as enumerated and specified in the following:
  3. Schedule of Requirements (Refer to Section VI of the Bidding Documents), original. ITB Clause 12.1(b)(ii)
  4. Technical Specifications. (Refer to Section VII of the Bidding Documents), original. ITB Clause 12.1(b)(ii)
  5. Omnibus sworn statement by the prospective bidder or its duly authorized representative in accordance with Section 25.2(a)(iv) of the IRR of RA 9184. (Refer to Bidding Form No.3, original and notarized). ITB Clause 12.1(b)(iii)

The second envelope shall contain the following:

FINANCIAL COMPONENT

A.Bid Form (Refer to Bidding Form 4, original). ITB Clause 13.1(a)

B.Price Schedule (Refer to Bidding Form 5, original). ITB Clause 13.1(a)

CHECKLIST OF ADDITIONAL REQUIREMENTS

Within a period of five (5) calendar days from receipt of notice that the bidder is declared as Lowest Calculated Bid (LCB), the Bidder shall submit in two (2) copies the following documentary requirements:

  1. Latest income and business tax returns in the forms specified in the BDS under ITB Clause 29.2(a);
  1. 2015 Income Tax Return (form 1701/1702).
  2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months(September 2016 to February 2017) 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.

  1. Valid and current Certificate of PhilGEPS Registration. ITB Clause 29.2(b).

Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award.

I. Invitation to Bid for the

Supply and Installation of Main Firewall System

MIS1706

The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2017 intends to apply the sum of Three Million Pesos (PhP3,000,000.00)being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2016100246. Bids received in excess of the ABC shall be automatically rejected at bid opening.

DFPC now invites Bids from eligible Bidders for the replacement of firewall system. Interested bidders must have at least one (1) similar contract within the last three (3) years(2014-2016). 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 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act” and 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.

A complete set of Bidding Documents may be purchased by interested Bidders until 18 April 2017 from the address below and upon payment of a non-refundable fee for the Bidding Documents in the amount of Three Thousand Pesos (PhP3,000.00).

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 for the Bidding Documents not later than the submission of their bids.

DFPC will hold a Pre-Bid Conference on 7 April 2017, 10:00AM at the address given below which shall beopen to all interested parties.

Deadline for submission of Bids and eligibility requirements shall be on 19 April 2017 at10:00AM and Bid opening shall immediately follow at 10:15AMat the address given below. Bids will be opened in the presence of the Bidders’ representatives who choose to attend. Late bids shall not be accepted.

Interested Bidders should have at least a Level 1/Tier 1 or Level 2/Tier 2 partnership with their respective product manufacturer.

DFPCreserves 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 loc. 3039/3096

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

(Sgd.)MR. BERNARDINE R. BELMONTE

BAC Chairman

III.Bid Data Sheet

ITB Clause
1.1 / The PROCURING ENTITY isDUTY FREE PHILIPPINES CORPORATION
1.2 / The lot and reference is:
POS Servers
Purchase Request No. 2016100246
2 / The Funding Source:
The Government of the Philippines (GOP) through the 2017 Corporate Budget of Duty Free Philippines Corporation in the amount of :
Three Million Pesos
(PhP3,000,000.00)
The name of the project is :
SUPPLY AND INSTALLATION OF MAIN FIREWALL SYSTEM
(MIS1706)
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 should have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(v), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC or:
One Million Five Hundred Thousand Pesos
(PhP1,500,000.00)
For this purpose, similar contracts shall refer to supply and installation of Firewall System.
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:
7 April 2017, 10:00AM
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Parañaque City
10.1 / The PROCURING ENTITY’s address is:
Duty Free Philippines Corporation Ground Floor, EHABuilding, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, ParañaqueCity
MR. BERNARDINE R. BELMONTE
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) / For Corporation:
  • Updated General Information Sheet received by the SEC which is an additional submission to the required SEC registration for corporation
  • BIR Registration Certificate.
/ For Single Proprietorship:
  • BIR Registration Certificate

12.1(a)(v) / The statement of all ongoing and completed government and private contracts shall include all such contracts. The list must have at least one (1) similar contract within the last three (3) years (2014-2016) 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
Three Million Pesos (PhP3,000,000.00)
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 17 August 2017.
18.1 / The bid security shall be in 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
Sixty Thousand Pesos
(PhP60,000.00)
  1. 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
  1. 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
One Hundred Fifty Thousand Pesos (PhP150,000.00)
  1. Any combination of the foregoing.
/ Proportionate to share of form with respect to total amount of security
  1. Bid-Securing Declaration
/ Refer to Bidding Form No. 2
18.2 / The bid security shall be valid until 17 August 2017.
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
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., ParañaqueCity
The deadline for Submission of Bids is on
19 April 2017 at 10:00AM.
24.1 / The place of Bid Opening is
Duty Free Philippines Corporation, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
The date and time of Bid opening is on:
19 April 2017 at 10:15AM.
24.2 / No further instructions.
27.1 / No further instructions.
28.3 / No further instructions.
28.3(b) / Bid modification is not allowed.
28.4 / No further instructions.
29.2(a) /
  1. 2015 Income Tax Return (form 1701/1702).
  2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months (September 2016 to February 2017) 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) / No further instructions.
32.4(g) / No further instructions.

V.Special Conditions of the Contract

GCC Clause
1.1(g) / The PROCURING ENTITY isDuty 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 2017 in the amount of :
Three Million Pesos
(PhP3,000,000.00)
1.1(k) / The Project Site is DFP Store at:
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, EHABuilding, Fiestamall, Columbia Complex, Ninoy Aquino Ave., ParañaqueCity
Vicente Pelagio A. AngalaJose Ronnel V. Domingo
Chief Operating OfficerICTD Manager
Tel. Nos. (632) 879-3559Tel. Nos. (632) 552 4364
Fax No. (632) 552-4301Fax No. (632) 552 4363

The Supplier’s address for Notices is:
______
______
______
______
______
6.2 / Services Rendered and Documents
The delivery terms applicable to this Contract are delivered to Duty Free Philippines Corporation, GF EHA Bldg., Fiestamall, Columbia Complex, Ninoy Aquino Avenue, ParañaqueCity.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;
3.Original copy of the Manufacturer’s and/or Supplier’s warranty certificate;
4.Certificate of Acceptance/Inspection Report signed by the PROCURING ENTITY’s representative/s at the Project Site;
For purposes of this clause the Procuring Entity’s representative at the project site is Mr. Joshua M. Nipa.
Undertaking of the SUPPLIER
  1. The SUPPLIER is responsible for the supply and installation of the firewall system.
  2. The SUPPLIER shall provide only CERTIFIED Professionals to assist on the configuration and/or troubleshooting of the System in case of any problems.
Incidental Services
The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI, Schedule of Requirements:
  1. Performance or supervision of on-site assembly or installation and/or start-up of the supplied GOODS except for provincial outlets;
  2. Furnishing of specialized tools required for assembly and/or maintenance of the supplied GOODS, if any;
  3. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied GOODS;
  1. Performance or supervision or maintenance and/or repair of the supplied GOODS, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract;
  2. Training of the PROCURING ENTITY’S personnel, at the Supplier’s plant and/or on-site, in assembly, start-up operation, maintenance and/or repair of the supplied GOODS.
  3. In case of unit breakdown, the SUPPLIER shall immediately repair/replace the defective component/s within four (4) hours from receipt of notification.
The contract price for the GOODS shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.
Spare Parts
The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:
  1. such spare parts as the PROCURING ENTITY may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and
  2. in the event of termination of production of the spare parts:
  3. advance notification to the PROCURING ENTITY of the pending termination, in sufficient time to permit the PROCURING ENTITY to procure needed requirements; and
  4. following such termination, furnishing at no cost to the PROCURING ENTITY, the blueprints, drawings, and specifications of the spare parts, if requested.
The spare parts required are listed in Section VI. Schedule of Requirements and the cost thereof are included in the Contract Price.
The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare parts for the GOODS for a period of Five (5) years.
Other spare parts and components shall be supplied as promptly as possible, but in any case within Thirty (30) days upon placement of order.
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 special storage 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 22.
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 inspection and test to be conducted is Burn-in procedure.
The units shall be subject to inspections and tests to ensure its conformity with the Technical Specifications.
17.3 / In partial modification of the provisions, the warranty period shall be Three (3) years from the date of acceptance. Warranty shall cover Parts and On Site Service.
In consideration of the warranty obligations and the length of the warranty period, the SUPPLIER is advised to provide a special bank guarantee equivalent to at least ten percent (10%) of the contract price and shall be valid until the warranty period lapses.
17.4 and 17.5 / In case of unit breakdown, the SUPPLIER shall immediately repair/replace the defective component/s or the entire unit, as the case may be, within Twenty Four (24) hours from receipt of notification (Including weekends and holidays).
If the supplier fails to repair/replace the defective unit within the specified time a penalty of One Thousand Pesos (Php1,000.00) for every hour of delay shall be charged, deductible from the special bank guarantee.
Failure of supplier to correct the defects and to replace the defective unit/spare parts within the specified time, shall be subject of concern when evaluating their after sales service performance which will be used as reference for future projects.
21.1 / No additional provision.
  1. SCHEDULE OF REQUIREMENTS

Item No. / Description / Quantity
1 / Firewall in High Availability configuration pair / 1 lot
2 / Any other equipment needed for provisioning the firewall to the existing network / 1 lot

Scope of Work