Download as pdf or txt
Download as pdf or txt
You are on page 1of 21

Republic of the Philippines

Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

PhilGEPS Reference Number:

PRICE SCHEDULE FOR GOODS OFFERED WITHIN THE PHILIPPINES


(shall be submitted with the Bid if bidder is offering goods from within the Philippines)

Name of Company: ________________________________________ Project IB No. 2021-03-0046 Date: 03-02-2021


PR No. 2021-02-0036 Date: 02-02-2021
Date of Opening: March 23, 2021; 9:30 A.M.
Venue: RDR Hall, Administrative Building, DRMC, Apokon, Tagum City

1 2 3 4 5 6 7 8
Transportation Sales and
Cost of
Approved Approved and all other other taxes
Unit price Incidental
Ite Budget for the Budget for the costs payable if
Description QTY Unit EXW per Services, if
m Contract Contract incidental to Contract is
item applicable, per
(ABC)/unit (ABC)/Item delivery, per awarded, per
item
item item
Provision of security guard
1 1 lot 22,000,000.00 22,000,000.00
services
24 hours a day, three (3) shifts at
eight (8) hours per shift, 365 days in
one year.
Monthly rate per guard (inclusive of
holidays) for a minimum of seventy-
two (72) at DRMC Main and twelve
(12) guards at DRMC Ward Extension
(Sawata) on duty in a day including
two (2) supervisors and one (1)
detachment commander
Must Provide:

Page 1 of 21
1 2 3 4 5 6 7 8
Transportation Sales and
Cost of
Approved Approved and all other other taxes
Unit price Incidental
Ite Budget for the Budget for the costs payable if
Description QTY Unit EXW per Services, if
m Contract Contract incidental to Contract is
item applicable, per
(ABC)/unit (ABC)/Item delivery, per awarded, per
item
item item
* Communication System (2-way
handheld radio-5 units or more as
maybe required for Entrance Gate,
ER Gate, Main Entrance, Command
Center, outside hospital roving guard
& inside building roving guard)
* Must provide functional security
metal detectors for all building
entrances (Main Entrance, Backdoor,
ER, OPD (2), ACC, CCM, Admin Bldg -
Total: 8)
* Licensed Firearms for on duty
guards
* Motorized, LTO registered vehicle
for roving guards
* Licensed Security Guard, with
Certificate of Training
* Educational requirement: at least
college level
* Must be PADPAO Member
* Must be accredited with SAGS
* Must have Complete standard
security guard uniform: Guards inside
the hospital building must wear polo-
barong
* Agency in existence and
operational for at least 2 years
* Must comply with existing labor
laws and standard
* With office within the Region
* Must be equipped with basic
security tools and equipment

Page 2 of 21
1 2 3 4 5 6 7 8
Transportation Sales and
Cost of
Approved Approved and all other other taxes
Unit price Incidental
Ite Budget for the Budget for the costs payable if
Description QTY Unit EXW per Services, if
m Contract Contract incidental to Contract is
item applicable, per
(ABC)/unit (ABC)/Item delivery, per awarded, per
item
item item
* Supervisor for each shift, 365
days in a year for administrative and
supervisory functions.
* Shall maintain a satisfactory level
of performance throughout the term
of the contract based on a prescribed
set of performance criteria.
* Terms: 3 years, renewable
annually based on semestral
performance evaluation
* Shall enumerate scope of
responsibilities:
a. control: safety, checking,
recording of entering and exiting
vehicles
b. control: safety, checking of
entering visitors and employees
c. report to police authority of
uncontrollable incidents
Must Submit:
* Organizational set up and
company's profile including list of
personnel to be deployed
* List of Clients served within two
(2) years
* Security Plan & Affidavit of Site
Inspection
* LTO (License to Operate)
x-x-x-x-x-x-x-x
Purpose: For the use of DRMC, Apokon, Tagum City

Approved Budget of the Contract: PhP 22,000,000.00

Page 3 of 21
1 2 3 4 5 6 7 8
Transportation Sales and
Cost of
Approved Approved and all other other taxes
Unit price Incidental
Ite Budget for the Budget for the costs payable if
Description QTY Unit EXW per Services, if
m Contract Contract incidental to Contract is
item applicable, per
(ABC)/unit (ABC)/Item delivery, per awarded, per
item
item item

Name:______________________________________________________________________

Legal Capacity: ______________________________________________________________

Signature: __________________________________________________________________

Duly authorized to sign the bid for and behalf of: ___________________________________

Page 4 of 21
9 10

Total price, per Total Price


unit delivered Final
(col5+6+7+8) Destination

Page 5 of 21
9 10

Total price, per Total Price


unit delivered Final
(col5+6+7+8) Destination

Page 6 of 21
9 10

Total price, per Total Price


unit delivered Final
(col5+6+7+8) Destination

Page 7 of 21
9 10

Total price, per Total Price


unit delivered Final
(col5+6+7+8) Destination

Page 8 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

PhilGEPS Reference Number:

PRICE SCHEDULE FOR GOODS OFFERED WITHIN ABROAD


(shall be submitted with the Bid if Bidder is offering goods from Abroad)

Name of Company: ________________________________________ Project IB No. 2021-03-0046 Date: 03-02-2021


PR No. 2021-02-0036 Date: 02-02-2021
Date of Opening: March 23, 2021; 9:30 A.M.
Venue: RDR Hall, Administrative Building, DRMC, Apokon, Tagum City

1 2 3 4 5 6 7 8
Unit price CIF port of
Approved
Approved Budget entry (specify port) Total CIF or CIP Unit Price Unit Price
Budget for the
Item Description QTY Unit for the Contract of CIP named place price per item Delivered Duty Delivered Duty
Contract
(ABC)/Item (specify border point or (col. 4 x 5) Unpaid (DDU) Paid (DDP)
(ABC)/unit
place of destination)
Provision of security guard
1 1 lot 22,000,000.00 22,000,000.00
services
24 hours a day, three (3) shifts at
eight (8) hours per shift, 365 days
in one year.
Monthly rate per guard (inclusive of
holidays) for a minimum of seventy-
two (72) at DRMC Main and twelve
(12) guards at DRMC Ward
Extension (Sawata) on duty in a
day including two (2) supervisors
and one (1) detachment
commander
Must Provide:

Page 9 of 21
1 2 3 4 5 6 7 8
Unit price CIF port of
Approved
Approved Budget entry (specify port) Total CIF or CIP Unit Price Unit Price
Budget for the
Item Description QTY Unit for the Contract of CIP named place price per item Delivered Duty Delivered Duty
Contract
(ABC)/Item (specify border point or (col. 4 x 5) Unpaid (DDU) Paid (DDP)
(ABC)/unit
place of destination)
* Communication System (2-way
handheld radio-5 units or more as
maybe required for Entrance Gate,
ER Gate, Main Entrance, Command
Center, outside hospital roving
guard & inside building roving
guard)
* Must provide functional security
metal detectors for all building
entrances (Main Entrance,
Backdoor, ER, OPD (2), ACC, CCM,
Admin Bldg - Total: 8)
* Licensed Firearms for on duty
guards
* Motorized, LTO registered
vehicle for roving guards
* Licensed Security Guard, with
Certificate of Training
* Educational requirement: at
least college level
* Must be PADPAO Member
* Must be accredited with SAGS
* Must have Complete standard
security guard uniform: Guards
inside the hospital building must
wear polo-barong
* Agency in existence and
operational for at least 2 years
* Must comply with existing
labor laws and standard
* With office within the Region

Page 10 of 21
1 2 3 4 5 6 7 8
Unit price CIF port of
Approved
Approved Budget entry (specify port) Total CIF or CIP Unit Price Unit Price
Budget for the
Item Description QTY Unit for the Contract of CIP named place price per item Delivered Duty Delivered Duty
Contract
(ABC)/Item (specify border point or (col. 4 x 5) Unpaid (DDU) Paid (DDP)
(ABC)/unit
place of destination)
* Must be equipped with basic
security tools and equipment
* Supervisor for each shift, 365
days in a year for administrative
and supervisory functions.
* Shall maintain a satisfactory
level of performance throughout
the term of the contract based on a
prescribed set of performance
criteria.
* Terms: 3 years, renewable
annually based on semestral
performance evaluation
* Shall enumerate scope of
responsibilities:
a. control: safety, checking,
recording of entering and exiting
vehicles
b. control: safety, checking of
entering visitors and employees
c. report to police authority of
uncontrollable incidents
Must Submit:
* Organizational set up and
company's profile including list of
personnel to be deployed
* List of Clients served within two
(2) years
* Security Plan & Affidavit of Site
Inspection
* LTO (License to Operate)

Page 11 of 21
1 2 3 4 5 6 7 8
Unit price CIF port of
Approved
Approved Budget entry (specify port) Total CIF or CIP Unit Price Unit Price
Budget for the
Item Description QTY Unit for the Contract of CIP named place price per item Delivered Duty Delivered Duty
Contract
(ABC)/Item (specify border point or (col. 4 x 5) Unpaid (DDU) Paid (DDP)
(ABC)/unit
place of destination)
x-x-x-x-x-x-x-x
Purpose: For the use of DRMC, Apokon, Tagum City

Approved Budget of the Contract: PhP 22,000,000.00

Name:______________________________________________________________________

Legal Capacity: ______________________________________________________________

Signature: __________________________________________________________________

Duly authorized to sign the bid for and behalf of: ___________________________________

Page 12 of 21
9

Total price
Delivered
(DDP) (col 4x8)

Page 13 of 21
9

Total price
Delivered
(DDP) (col 4x8)

Page 14 of 21
9

Total price
Delivered
(DDP) (col 4x8)

Page 15 of 21
9

Total price
Delivered
(DDP) (col 4x8)

Page 16 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

BIDS AND AWARDS COMMITTEE

Section VII. TECHNICAL SPECIFICATIONS


1 LOT PROVISION OF SECURITY GUARD SERVICES
INSTRUCTION: Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the equipment
offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and
cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales
literature, unconditional statements of specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence presented will render the Bid under evaluation
liable for rejection. A statement either in the Bidders statement of compliance or the supporting
evidence that is found to be false either during Bid evaluation, post-qualification or the execution of
the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).
ITE
STATEMENT OF
M ITEM ABC PER ITEM SPECIFICATION
COMPLIANCE
NO.
1 lot Provision of
1 22,000,000.00
security guard services
24 hours a day, three (3)
24 hours a day, three (3) shifts at
shifts at eight (8) hours
eight (8) hours per shift, 365 days in
per shift, 365 days in one
one year.
year.
Monthly rate per guard
(inclusive of holidays) for a
Monthly rate per guard (inclusive of
minimum of seventy-two
holidays) for a minimum of seventy-
(72) at DRMC Main and
two (72) at DRMC Main and twelve
twelve (12) guards at
(12) guards at DRMC Ward Extension
DRMC Ward Extension
(Sawata) on duty in a day including
(Sawata) on duty in a day
two (2) supervisors and one (1)
including two (2)
detachment commander
supervisors and one (1)
detachment commander
Must Provide: Must Provide:
* Communication System
(2-way handheld radio-5
* Communication System (2-way
units or more as maybe
handheld radio-5 units or more as
required for Entrance
maybe required for Entrance Gate, ER
Gate, ER Gate, Main
Gate, Main Entrance, Command
Entrance, Command
Center, outside hospital roving guard
Center, outside hospital
& inside building roving guard)
roving guard & inside
building roving guard)

Page 17 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

BIDS AND AWARDS COMMITTEE

Section VII. TECHNICAL SPECIFICATIONS


1 LOT PROVISION OF SECURITY GUARD SERVICES
INSTRUCTION: Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the equipment
offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and
cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales
literature, unconditional statements of specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence presented will render the Bid under evaluation
liable for rejection. A statement either in the Bidders statement of compliance or the supporting
evidence that is found to be false either during Bid evaluation, post-qualification or the execution of
the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).
ITE
STATEMENT OF
M ITEM ABC PER ITEM SPECIFICATION
COMPLIANCE
NO.
* Must provide functional
* Must provide functional security
security metal detectors
metal detectors for all building
for all building entrances
entrances (Main Entrance, Backdoor,
(Main Entrance, Backdoor,
ER, OPD (2), ACC, CCM, Admin Bldg -
ER, OPD (2), ACC, CCM,
Total: 8)
Admin Bldg - Total: 8)
* Licensed Firearms for * Licensed Firearms for on duty
on duty guards guards
* Motorized, LTO
* Motorized, LTO registered vehicle
registered vehicle for
for roving guards
roving guards
* Licensed Security
* Licensed Security Guard, with
Guard, with Certificate of
Certificate of Training
Training
* Educational
* Educational requirement: at least
requirement: at least
college level
college level
* Must be PADPAO
* Must be PADPAO Member
Member
* Must be accredited
* Must be accredited with SAGS
with SAGS
* Must have Complete
* Must have Complete standard
standard security guard
security guard uniform: Guards inside
uniform: Guards inside
the hospital building must wear polo-
the hospital building must
barong
wear polo-barong
* Agency in existence
* Agency in existence and
and operational for at least
operational for at least 2 years
2 years

Page 18 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

BIDS AND AWARDS COMMITTEE

Section VII. TECHNICAL SPECIFICATIONS


1 LOT PROVISION OF SECURITY GUARD SERVICES
INSTRUCTION: Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the equipment
offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and
cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales
literature, unconditional statements of specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence presented will render the Bid under evaluation
liable for rejection. A statement either in the Bidders statement of compliance or the supporting
evidence that is found to be false either during Bid evaluation, post-qualification or the execution of
the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).
ITE
STATEMENT OF
M ITEM ABC PER ITEM SPECIFICATION
COMPLIANCE
NO.
* Must comply with
* Must comply with existing labor
existing labor laws and
laws and standard
standard
* With office within the
* With office within the Region
Region
* Must be equipped with
* Must be equipped with basic
basic security tools and
security tools and equipment
equipment
* Supervisor for each
* Supervisor for each shift, 365
shift, 365 days in a year
days in a year for administrative and
for administrative and
supervisory functions.
supervisory functions.
* Shall maintain a
satisfactory level of * Shall maintain a satisfactory level
performance throughout of performance throughout the term
the term of the contract of the contract based on a prescribed
based on a prescribed set set of performance criteria.
of performance criteria.
* Terms: 3 years,
* Terms: 3 years, renewable
renewable annually based
annually based on semestral
on semestral performance
performance evaluation
evaluation

Page 19 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

BIDS AND AWARDS COMMITTEE

Section VII. TECHNICAL SPECIFICATIONS


1 LOT PROVISION OF SECURITY GUARD SERVICES
INSTRUCTION: Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the equipment
offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and
cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales
literature, unconditional statements of specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence presented will render the Bid under evaluation
liable for rejection. A statement either in the Bidders statement of compliance or the supporting
evidence that is found to be false either during Bid evaluation, post-qualification or the execution of
the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).
ITE
STATEMENT OF
M ITEM ABC PER ITEM SPECIFICATION
COMPLIANCE
NO.
* Shall enumerate scope
of responsibilities:
* Shall enumerate scope of
a. control: safety,
responsibilities:
checking, recording of
a. control: safety, checking,
entering and exiting
recording of entering and exiting
vehicles
vehicles
b. control: safety,
b. control: safety, checking of
checking of entering
entering visitors and employees
visitors and employees
c. report to police authority of
c. report to police
uncontrollable incidents
authority of uncontrollable
incidents
Must Submit: Must Submit:
* Organizational set up
* Organizational set up and
and company's profile
company's profile including list of
including list of personnel
personnel to be deployed
to be deployed
* List of Clients served * List of Clients served within two
within two (2) years (2) years
* Security Plan & * Security Plan & Affidavit of Site
Affidavit of Site Inspection Inspection
* LTO (License to
* LTO (License to Operate)
Operate)

Total 22,000,000.00

CONFORME:

Page 20 of 21
Republic of the Philippines
Department of Health
DAVAO REGIONAL MEDICAL CENTER
Apokon, Tagum City

BIDS AND AWARDS COMMITTEE

Section VII. TECHNICAL SPECIFICATIONS


1 LOT PROVISION OF SECURITY GUARD SERVICES
INSTRUCTION: Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the equipment
offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and
cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales
literature, unconditional statements of specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence presented will render the Bid under evaluation
liable for rejection. A statement either in the Bidders statement of compliance or the supporting
evidence that is found to be false either during Bid evaluation, post-qualification or the execution of
the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).
ITE
STATEMENT OF
M ITEM ABC PER ITEM SPECIFICATION
COMPLIANCE
NO.
(Company Name)

(Name & Signature of Authorized representative)

Page 21 of 21

You might also like