Professional Documents
Culture Documents
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”.
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
ITB Clause
Janitorial Services
Memorandum dated January 26, 2016
Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48)
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.
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.
16.1(b) The Bid prices for Goods and services supplied from outside of the
Philippines shall be quoted in Philippine Pesos.
18.1
The bid security shall be in any of the following amounts:
20.3 Each Bidder shall submit one (1) original and three (3) copies of its
Eligibility/Technical Component and Financial Component.
ITB Clause
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.
GCC Clause
1.1(j)
The Funding Source is:
Eight Million Twenty Thousand One Hundred Eighty Seven Pesos and
48/100 (PhP8,020,187.48)
1.1(k)
The Project Site is :
5.1
The PROCURING ENTITY’s address for Notices is:
___________________________________________________
___________________________________________________
GCC Clause
___________________________________________________
___________________________________________________
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
B. LOGISTICAL REQUIREMENTS
1. The SUPPLIER shall furnish all cleaning materials, equipment
GCC Clause
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.
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
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).
________________________________ _____________________________
Signature over printed name Position
Year 20___
1 Total Assets
2 Current Assets
3 Total Liabilities
4 Current Liabilities
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 ____________________________________
_____________________________________________
Name of Bidder
_____________________________________________
Signature of Authorized Representative over Printed Name
Date: __________________________
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.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day
of [month] [year] at [place of execution].
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;
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder’s Representative/Authorized Signatory
_______________________
(Notary Public)
Doc. No. _______
Page No. _______
Book No. _______
Series of _______
Bidding Form No. 4
BID FORM
Date:
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.
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.
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
NAIA T3-Landside
1 Janitor 27
(7 days workweek)
6 Materials 1 Lot
___________________________ _________________________
Signature over printed name Position
Duly authorized to sign this Price Schedule for and on behalf of _________________
Bidding Form No. 6
D. Administrative Overhead
E. Sub-Total (C+D)
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
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.
Position: ____________________________________
Attested by:
____________________________
Procuring Entity’s Representative
Bidding Form No. 9
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
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.
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.
Date of Issuance
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:
__________________________
Date:______________________