You are on page 1of 29

Invitation to Bid for

PROVISION OF JANITORIAL SERVICES FOR


DFPC TERMINAL 3-LANDSIDE STORE
FMD1601
The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2016 intends
to apply the sum of Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48) being the Approved Budget for the Contract (ABC) to payments under
the contract for Memorandum dated January 26, 2016. Bids received in excess of the ABC shall
be automatically rejected at bid opening.

DFPC now invites bids for the Provision of Janitorial Services for DFPC Manila 2014-2017.
Interested Bidders must have a at least five (5) years experience in the field of janitorial
services and should provide at least one (1) contract of Janitorial services with a
deployment of at least twenty five (25) janitorial personnel in a retail establishment
similar to DFPC operations such as shopping mall and department store within the last
five (5) years (2011-present). 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 26 February 2016.

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 Eight Thousand Pesos (PhP8,000.00) for the
Bidding Documents not later than the submission of their bids.

DFPC will hold a Pre-Bid Conference on 17 February 2016 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 29 February 2016 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 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
bacsecretariat@dfp.com.ph

(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 lots and references is/are:

Janitorial Services
Memorandum dated January 26, 2016

2 The Funding Source:

The Government of the Philippines (GOP) through the 2016 Corporate


Budget of DUTY FREE PHILIPPINES CORPORATION in the amount of :

Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48)

The name of the project is :

PROVISION OF JANITORIAL SERVICES FOR DFPC TERMINAL 3-


LANDSIDE STORE (FMD1601)
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)(iii), a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC or:
Four Million Ten Thousand Ninety Three Pesos and 74/100
(PhP4,010,093.74).
For this purpose, similar contracts shall refer to provision of janitorial services
in a retail establishment similar to DFPC operations such as shopping mall
and department store.
7 No further instructions.
8.1 Subcontracting is not allowed.
ITB Clause

8.2 Not applicable.


9.1 The Date and Venue of the Pre-Bid Conference is:

17 February 2016, 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
Tele No : 552 4337 loc 3039, 552 4343
Fax No. 879 3664 / 552 4345 / 552 4399 loc. 833
bacsecretariat@dfp.com.ph

12.1(a) No further instructions.

12.1(a)(i) 2015 General Information Sheet duly stamped and received by SEC.

12.1(a)(iii) List of completed government and private contracts with at least one (1)
contract, with a deployment of at least twenty five (25) janitorial personnel, in
a retail establishment similar to DFPC operations such as shopping mall and
department store within the last five (5) years (2011-present). The list must
have at least one (1) but not more than ten (10) completed contracts starting
with the latest.

13.1 No additional requirements

13.1(b) 1. Cost Distribution per month. (Refer to Bidding Form 6, original)


2. Material Cost Breakdown. (Refer to Bidding Form 7, original).
13.2 The ABC is

Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48)
ITB Clause

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 No further instructions.

17.1 Bids will be valid until 28 June 2016.


ITB Clause

18.1
The bid security shall be in any of the following amounts:

ACCEPTABLE FORMS AMOUNT

1. Cash or cashier’s/manager’s check


issued by a Universal or
Commercial Bank

2. Bank draft/guarantee (signed Two Percent (2%) of the ABC or


by the appointee) or irrevocable
letter of credit (original and One Hundred Sixty Thousand Four
Hundred Three Pesos and 75/100
notarized) issued by a Universal or
(PhP160,403.75)
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 Five Percent (5%) of the ABC or
insurance company duly certified Four Hundred One Thousand Nine
by the Insurance Commission as Pesos and 37/100 (PhP401,009.37)
authorized to issue such security.

4. Any combination of the Proportionate to share of form with


foregoing. respect to total amount of security

5. Bid-Securing Declaration Refer to Bidding Form No. 3

18.2 The bid security shall be valid until 28 June 2016.

20.3 Each Bidder shall submit one (1) original and three (3) copies of its
Eligibility/Technical Component and Financial Component.
ITB Clause

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

29 February 2016 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:

29 February 2016 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) No further instructions.

29.2(b) 1. 2014 Income Tax Return (form 1701/1702).

2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months
(August 2015 to January 2016) 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(d) 1. Company profile with names and designation of the company’s


officers/partners (original).

2. Location map and photo of the office (original).

32.4(g) No further instructions.


ITB Clause

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 2016 in the amount of :

Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48)

1.1(k)
The Project Site is :

DUTY FREE PHILIPPINES CORPORATION

NAIA Terminal 3-Landside Store

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 Edgardo C. Isidro


Chief Operating Officer FMD Manager
Tel. Nos. (632) 879-3559 Tel. No. (632) 552 4336
Fax No. (632) 552 4301 isidroec@dfp.com.ph

The Supplier’s address for Notices is:


___________________________________________________

___________________________________________________

___________________________________________________
GCC Clause

___________________________________________________

___________________________________________________

6.2 Services Rendered and Documents

Delivery of services shall be made by the SUPPLIER in accordance with


the terms specified in Section VI. Schedule of Requirements.
The SUPPLIER shall, at the mid and end of each month, submit the
following documents:
1. Statement of Account;
2. Attendance Summary (original copy of the semi-monthly daily
time records duly certified of the PROCURING ENTITY);
3. Photocopy of its payroll (immediately preceding payroll period)
indicating receipt of payment of salaries and wages due to personnel
assigned at the PROCURING ENTITY;
4. Sworn affidavit executed by the agency's finance officer stating
the following:
 salaries and wages of the personnel assigned in the
PROCURING ENTITY for the immediately preceding payroll
period has already been paid and released in accordance with
the latest applicable wage order.
 SSS, PhilHealth, Pag-ibig and State Insurance Fund
remittances are paid for by the SUPPLIER every end of the
month in accordance with their latest applicable computation
table.
5. Local and National Agency Clearances to be provided yearly
(NBI, Police and Barangay clearance).

Undertaking of the SUPPLIER

A. MANPOWER REQUIREMENTS
1. The SUPPLIER shall, at all times, provide supervisors, working
personnel and necessary reliever to properly accomplish all
works specified in the scope of works.
2. The SUPPLIER shall provide day off reliever for store based (7
day work week) assignment.
GCC Clause

3. All personnel of the SUPPLIER shall be recognizable while inside


the facilities of the PROCURING ENTITY thru their Identification
Card and proper wearing of color coded uniforms. Design and
color of which shall be approved by the PROCURING ENTITY.

4. The SUPPLIER shall provide a system of work schedule for store


based personnel on two (2) shifts per day, seven (7) days a week
except for messenger who shall have a mid shift schedule six (6)
days per week.
5. The SUPPLIER shall provide a daily work schedule for janitorial
services to be submitted to the Housekeeping Assistant of the
PROCURING ENTITY showing the type of work to be done, area
of assignment and the name of the assigned personnel.
6. The SUPPLIER shall pay for all damages and losses in the
premises of the PROCURING ENTITY attributable to the
negligence of their employees chargeable to their current monthly
billing.
7. The SUPPLIER shall abide with all company rules and
regulations implemented inside the company premises.
8. The SUPPLIER shall replace erring personnel within 24 hours
upon noticed of the PROCURING ENTITY’S FMD Manager.
9. The SUPPLIER shall provide additional personnel within 48 hours
upon request of the PROCURING ENTITY with the approval of
the HEAD OF THE PROCURING ENTITY if the request is for
permanent assignment and GSD Manager if the request is only
for temporary assignment.
10. The SUPPLIER shall ensure that its personnel shall abide with
the PROCURING ENTITY’s policy of non-acceptance of tip (in
cash or in kind).
11. The SUPPLIER shall not use the shopping carts of the
PROCURING ENTITY in the performance of its duty.
12. The SUPPLIER shall ensure that its personnel shall be provided
with ample protective gear (eg. Gloves, masks, cleaning tools
and others) particularly those assigned in cleaning the comfort
room facilities.

B. LOGISTICAL REQUIREMENTS
1. The SUPPLIER shall furnish all cleaning materials, equipment
GCC Clause

and tools necessary to perform the task specified in the contract.


2. All electrical equipment to be used shall not be more than one (1)
year old. Said equipment will remain the property of the
SUPPLIER, however, they shall be stationed at the premises of
the PROCURING ENTITY and must be in good working condition
for the entire duration of the contract. Out-of-order equipment
must be replaced/repaired within 48 hours.
3. All cleaning materials to be used, particularly the floor finishes,
shall be of high quality and approved by the PROCURING
ENTITY. All materials specified in the Schedule of Requirements
shall be delivered on site and properly received by the
PROCURING ENTITY’S Housekeeping Assistant.
C. OTHER REQUIREMENTS
The Supplier shall be responsible for securing accreditation with the
Business Development and Concessions Department and access
passes from the Pass Control Office, of the Manila International
Airport Authority.

D. PROVISIONS FOR PAYMENT


1. The SUPPLIER shall be paid on a bi-monthly basis.
2. The payment for materials shall be based on the actual delivery of
items.
3. The payment for the SUPPLIER shall be based on the actual
number of personnel rendering such services at the given billing
period.
4. On the basis of the contract rate, the janitor shall receive a
compensation package, inclusive of benefits in accordance with
the applicable Cost Distribution.
5. Overtime premium shall be computed as follows:
Contract rate/day : Daily Wage + Overhead
Hourly Rate : Contract Rate per Day/8 hrs
Regular OT : 125% of hourly rate
OT rate on rest day : 130% of hourly rate
OT rate on Special Holiday : 130% of hourly rate
OT rate on Regular Holiday : 200% of hourly rate
Night Differential : 110% of hourly rate
10.4 Not applicable.
13.4(c) No further instructions.
16.1 The screenings to be conducted are:
GCC Clause
1. Interview of janitor/messenger to be deployed;
2. Assessment and evaluation of credentials:
a. Bio data
b. High School Diploma;
c. Birth Certificate;
d. Medical Certificate with drug test results
e. Sanitary permit
f. Local and National Agency Clearances to be provided yearly
(NBI, Police and Barangay clearance).
17.3 Not applicable.
17.4 and 17.5 Not applicable.
21.1 No additional provision.
VI. Schedule of Requirements
Janitorial Services for DFP NAIA Terminal 3-Landside Store
The supplier shall provide Janitorial Services to NAIA Terminal 3 Store for a period of one (1)
year.

I. SCOPE OF SERVICES:
JANITORIAL AND UTILITY SERVICES
 Supply of labor, equipment, cleaning materials and other item
necessary to perform janitorial and maintenance works.
 Render daily, weekly and monthly scheduled cleaning of the building.
 Render quarterly carpet cleaning using heavy duty carpet extracting
machine.
 Provide assistance for utility works such as but not limited to
transferring of tables, chairs, computers, etc.
 Retrieval and storage of shopping carts/baskets.
 Provide assistance in store.

II. SCHEDULE OF SERVICES


A. MANPOWER REQUIREMENTS
Janitorial SCHEDULE
Location
Qty Schedule 1 st Shift 2 nd Shift
Package Eight (8) hrs per day
4 2 2
Counter Seven(7) days per week
CRR/VIP Eight (8) hrs per day
2 1 1
Lounge Seven (7) days per week
Eight (8) hrs per day
Comfort Room 4 2 2
Seven (7) days per week
Eight (8) hrs per day
Offices/Locker 2 1 1
Seven (7) days per week
Eight (8) hrs per day
Store Level 1 6 3 3
Seven (7) days per week
Store Level 2 8 Eight (8) hrs per day 4 4
Supervisor 1 Seven (7) days per week 1 ----
TOTAL 27 14 13

B. LOGISTICAL REQUIREMENTS
MONTHLY CLEANING SUPPLIES QUANTITY
1. FLOOR FINISHES
- Complete Wax 5 gal
- Freedom stripper 5 gal
- Spray Buff Wax (Snapback) 4 gal
- Viewquick 8 gal
2. HYGIENE PRODUCTS
- Powder Soap 40 kg
- Muriatic Acid (Easy white) 4 gal
- Deodorant Cake 20c pcs

3. CUSTODIAL SUPPLIES
- Mop Heads 10 pcs
- Stripping Pads 16” 2 pcs
- Polishing Pads 16" 4 pcs
- Glass Cleaner 2 gal
- Soft Broom ( Tambo) 10 pcs
- Walis Tingting 2 pcs
- Push Brush 2 pcs
- Hand Brush 2 pcs
- Rubber Pump/Plunger 2 pcs
- Plastic Spray Gun 10 pcs
- Dust Pan 10 pcs
- Water Closet Brush 2 pcs
- Mop Handle 4 pcs
- Ceiling Broom 1 pc
- Squeegee 2 pcs
- Wiper Blade Rubber 2 pcs
- Feather Duster 10 pcs
- Pail / Buckets 2 pcs
- Scotch Brite 10 pcs
- Spatula 4 pcs
- Rubber Gloves 4 pcs
- Metal Polish 2 pcs
- Rugs (Pranela) 30 pcs
- Rugs (Stopa) 10 kgs
- Shine Up 1 gal
- Tong 2 pcs
- Face mask 20 pcs

Note: ALL CLEANING MATERIALS SHALL BE DELIVERED ON SITE ON


THE FIRST WORKING DAY OF THE MONTH
________________________________ _____________________________
Signature over printed name Position

Duly authorized to sign this Schedule of Requirements for and on behalf of ________________
VII. Technical Specifications
Janitorial Services for NAIA Terminal 3-Landside Store
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.2) and/or GCC Clause 2.1 (a.2).

MINIMUM QUALIFICATIONS/SPECIFICATIONS STATEMENT OF COMPLIANCE


JANITOR
▪ High school graduate
▪ Eighteen (18) to Thirty five (35) years of age
▪ Physically fit to do strenuous activities
▪ No derogatory record
▪ Properly trained in
using maintenance equipment and cleaning material
EQUIPMENT
▪ All electrical equipment to be used at the project site
should be brand new or at least utilized for not more than
one (1) year.
▪ All electrical equipment should be rated 220V/60Hz
▪ Heavy duty polisher should be at least 750 rpm
Note: As evidence of compliance, an affidavit should be submitted stating that if awarded the
contract; all electrical equipment to be provided to the Procuring Entity is not more than one
(1) year old.

ADDITIONAL REQUIREMENTS TO BE SUBMITTED ON THE DATE OF BID


OPENING AS INTEGRAL PART OF THE TECHNICAL SPECIFICATIONS:

1. Current SSS Clearance on full and timely payment of employee/employer contributions


(R3) for the last quarter (October to December 2015) prior to opening of bids.
2. Certificate of no pending case before the National Labor Commission or in the event of
incurring pending case, the same is subject for verification by the End-User to establish
its veracity and determine if a decision to be made is giving favorable decision for the
said janitorial service provider or no adverse effect to it.
3. Certificate of Site Inspection or Affidavit of Site Inspection (if applicable) (Refer to
Bidding Form No. 8 or No. 9)
4. Housekeeping Plan.

________________________________ _____________________________
Signature over printed name Position

Duly authorized to sign this Technical Specifications for and on behalf of


________________________
Bidding Form No. 1

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Year 20___

1 Total Assets

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Net Worth (1-3)

6 Net Working Capital (2-4)

The Net Financial Contracting Capacity (NFCC) based on the above data is computed as
follows:

NFCC = K (current asset – current liabilities) minus value of all outstanding works under
ongoing contracts including awarded contracts yet to be started

NFCC = P ____________________________________

K = 10 (for a contract of one year or less)


K = 15 (for a contract of more than one year up to two years)
K = 20 (for a contract more than two years)
Submitted by:

_____________________________________________
Name of Bidder

_____________________________________________
Signature of Authorized Representative over Printed Name

Date: __________________________

Bidding Form No. 2


Page 1 of 2

REPUBLIC OF THE PHILIPPINES )


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number]

To: Duty Free Philippines Corporation


Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

I/We, the undersigned, declare that:


1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the
Guidelines on the Use of Bid Securing Declaration3, if I/we have committed any of the
following actions:

(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding
Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and
all acts necessary to the execution of the Contract, in accordance with the
Bidding Documents after having been notified of your acceptance of our Bid
during the period of bid validity.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of
your notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and
Responsive Bid/Highest Rated and Responsive Bid4, and I/we have furnished
the performance security and signed the Contract.

Bidding Form No. 2


Page 1 of 2

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day
of [month] [year] at [place of execution].

[Insert NAME OF BIDDER’S


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place


of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______ and his/her Identification Card No. _______ issued on ______ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]

Doc. No. ___


Page No. ___
Book No. ___
Series of ____.

Bidding Form No. 3


Page 1 of 2
Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D AV I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address
at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full
power and authority to do, execute and perform any and all acts necessary to represent
it in the bidding for [Name of the Project] of Duty Free Philippines Corporation;
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary and/or to represent the
[Name of Bidder] in the bidding as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretary’s Certificate
issued by the corporation or the members of the joint venture)];
3. [Name of Bidder]is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an
authentic copy of the original, complete, and all statements and information provided
therein are true and correct;
5. [Name of Bidder]I is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of
the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;

Bidding Form No. 3


Page 2 of 2

If a corporation or joint venture: None of the officers, directors, and controlling


stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if
any;
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project];
and
e) Responsible for any erroneous interpretation or conclusion out of the data
furnished by the PROCURING ENTITY.
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

_____________________________________
Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this _____ day of _______________ 20___,


in ________________, by herein affiant, who has satisfactorily proven to me his/her identity thru
his/her ______________________________ Identification Card No. ____________________,
that he/she is the same person who signed the foregoing instrument before me and
acknowledged that he/she executed the same.

_______________________
(Notary Public)
Doc. No. _______
Page No. _______
Book No. _______
Series of _______
Bidding Form No. 4

BID FORM

Date:

To: Ma. Lourdes D. Velarde


Duty Free Philippines Corporation
Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert
numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
perform Provision of Janitorial Services for DFPC Terminal 3-Landside Store (FMD1601) in
conformity with the said Bidding Documents for the sum of [total bid amount in words and
figures] or such other sums as may be ascertained in accordance with the Schedule of Prices
attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,


amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB
Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the lowest or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of
the Bidding Documents.

Dated this ________________ day of ________________ 20__.

Signature over printed name Position

Duly authorized to sign Bid for and on behalf of ____________________________


Bidding Form No. 5

PRICE SCHEDULE
Name of Bidder ____________________________

1 2 3 4 5 6 7
Monthly Monthly Price Annual Price
Item Description Assignment QTY Rate per Per item per Item
Worker cols. 4 x 5 cols. 6 x 12

0 Sample Sample 3 PhP7,000.00 PhP21,000.00 PhP252,000.00

NAIA T3-Landside
1 Janitor 27
(7 days workweek)
6 Materials 1 Lot

GRAND TOTAL: PhP

___________________________ _________________________
Signature over printed name Position

Duly authorized to sign this Price Schedule for and on behalf of _________________
Bidding Form No. 6

Cost Distribution Per Month


NAIA Terminal 3-Landside
(Wage Order No. NCR-19)
7 Days per Week 393.5
No. of Days/year
(8 hours)
A. Amount to Janitor
New Daily Wage PhP466.00
Average Pay Per Month 15,280.92
13th Month Pay (7 Days) 1,181.18
13th Month Pay (6 Days) -----
5 Days Incentive Pay 194.17
COLA (7 days) 456.25
COLA (6 days) -----
Total Amount Directly to Janitor 17,112.52

B. Amount to Gov’t. In Favor of Janitor


SSS Premium 1,178.70
Philhealth 187.50
State Insurance Fund 30.00
Pag-Ibig Fund (RA 7742) 100.00

Total Amount to Gov’t. in Favor of Janitor 1,496.20

C. Total Amount per Janitor (A + B) 18,608.72

D. Administrative Overhead

E. Sub-Total (C+D)

F. Value Added Tax (12% of E)

GRAND TOTAL
(Contract Rate per Janitor / per Month)

Note: DFPC 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 DFPC and the winning bidder.
Bidding Form No. 7
Page 1 of 2
Monthly Material Cost Breakdown
UNIT TOTAL
DESCRIPTION QUANTITY
COST COST
FLOOR FINISHES
1. Complete Wax 5 gal
2. Freedom Stripper 5 gal
3. Spray Buff Wax (Snap Back) 4 gal
4. View Quick 8 gal
HYGIENE PRODUCTS
1. Powder Soap 40kg
2. Muriatic Acid (Easy white) 4 gal
3. Deodorant Cake 20 pcs
CUSTODIAL SUPPLIES
1. Mop Heads 10 pcs
2. Stripping Pads 16” 2 pcs
3. Polishing Pads 16" 4 pcs
4. Glass Cleaner 2 gal
5. Soft Broom (Tambo) 10 pcs
6. Broom Stick (Walis Tingting) 2 pcs
7. Push Brush 2 pcs
8. Hand Brush 2 pcs
9. Rubber Pump.Plunger 2 pcs
10. Plastic Spray Gun 10 pcs
11. Dust Pan 10 pcs
12. Water Closet Brush 2 pcs
13. Mop Handle 4 pcs
14. Ceiling Broom 1 pc
15. Squeegee 2 pcs
16. Wiper Blade Rubber 2 pcs
17. Feather Duster 10 pcs
18. Pail / Bucket 2 pcs
19. Scotch Brite 10 pcs
20. Spatula 4 pcs
21. Rubber Gloves 4 pairs
22. Metal Polish 2 pcs
23. Rugs (Pranela) 30 pcs
24. Rugs (Stopa) 10 kg
25. Shine Up 1 gal
26. Tong 2 pcsl
27. Face Mask 20 pcs
TOTAL
TOTAL MONTHLY MATERIAL COST

_______________________________ _____________________
Signature over printed name Position

Duly authorized to sign this Material Cost Breakdown for and on behalf of ________________ .

Date : ____________________________
Bidding Form No. 8

CERTIFICATION FOR SITE INSPECTION

In compliance with the requirements of the Duty Free Philippines Corporation, the (name of
the bidder's firm/company) hereby certify that we have inspected the premises for the
Provision of Janitorial Services DFPC Manila 2014 - 2017 ___________(state applicable
Lot)_____ project.

Name and Signature of authorized representative

Position: ____________________________________

Bidder's Company Name: _______________________

Attested by:

____________________________
Procuring Entity’s Representative
Bidding Form No. 9

Affidavit of Site Inspection

I, (Representative of the Bidder) , of legal age, (civil status) , Filipino and residing at
(Address of the Representative) under oath, hereby depose and say:

1. That I am the (Position in the Bidder) of the (Name of the Bidder) , with office at
(Address of the Bidder) ;

2. That I have inspected the site for (Name of the Contract) , located at (location of
the Contract) ;

3. That I am making this statement as part of the requirement for the Technical Proposal of
the (Name of the Bidder) for (Name of the Contract) .

IN FAITH WHEREOF, I hereby affix my signature this _____ day of _____, 20___ at
_____________, Philippines.

_________________
AFFIANT

SUBSCRIBED AND SWORN TO before me this _________, day of ______ 20____, affiant
exhibiting to me his/her Identification No. ________________ issued on _________ at
_____________________, Philippines.

_______________________
(Notary Public)

Until ________
PTR No._____
Date_________
Place________
TIN__________

No. _______
Page No. _______
Book No. _______
Series of _______
Bidding Form No. 10

CONTRACT AGREEMENT FORM

THIS AGREEMENT made the _____ day of __________ 20_____ between Duty Free
Philippines Corporation (hereinafter called “the Entity”) of the one part and [name of Supplier]
of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description
of goods and services] and has accepted a Bid by the Supplier for the supply of those goods
and services in the sum of [contract price in words and figures] (hereinafter called “the Contract
Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Entity’s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter


mentioned, the Supplier hereby covenants with the Entity to provide the goods and services
and to remedy defects therein in conformity in all respects with the provisions of the
Contract

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the
goods and services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the time and in the
manner prescribed by the contract.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in
accordance with the laws of the Republic of the Philippines on the day and year first above
written.

Signed, sealed, delivered by the


(for the Entity)

Signed, sealed, delivered by the


(for the Supplier)
[ACKNOWLEDGEMENT]
____________________________
Procuring Entity’s Representative
Bidding Form No. 11

Motion for Reconsideration

Date of Issuance

Ma. Lourdes D. Velarde


Duty Free Philippines Corporation
Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Parañaque City

Dear Madame:

In relation to the results of the Bid Opening/Post-Qualification conducted for the bidding of the
(Name of Project) held on (date and time) at (venue) , we would like
to request for reconsideration the decision of “Ineligibility” of our of our firm on the following
grounds:

We are hoping for your consideration.

Very truly yours,

Name of the Representative of the Bidder


Position of the Representative
Name of the Bidder

Received by the BAC:

__________________________

Date:______________________

You might also like