Procurement of General Support Services (Janitorial, Security, and...

90
0 PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of General Support Services (Janitorial, Security, and Driving Services) For FY 2021 Sixth Edition October 13, 2020

Transcript of Procurement of General Support Services (Janitorial, Security, and...

Page 1: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

0

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of General Support

Services (Janitorial, Security, and

Driving Services)

For FY 2021

Sixth Edition

October 13, 2020

Page 2: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

1

Preface

These Philippine Bidding Documents (PBDs) for the procurement of Goods through

Competitive Bidding have been prepared by the Government of the Philippines for use by any

branch, constitutional commission or office, agency, department, bureau, office, or

instrumentality of the Government of the Philippines, National Government Agencies,

including Government-Owned and/or Controlled Corporations, Government Financing

Institutions, State Universities and Colleges, and Local Government Unit. The procedures and

practices presented in this document have been developed through broad experience, and are

for mandatory use in projects that are financed in whole or in part by the Government of the

Philippines or any foreign government/foreign or international financing institution in

accordance with the provisions of the 2016 revised Implementing Rules and Regulations of

Republic Act No. 9184.

The Bidding Documents shall clearly and adequately define, among others: (i) the

objectives, scope, and expected outputs and/or results of the proposed contract or Framework

Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected

contract or Framework Agreement duration, the estimated quantity in the case of procurement

of goods, delivery schedule and/or time frame; and (iv) the obligations, duties, and/or functions

of the winning bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the

requirements of the specific Goods to be procured. If duplication of a subject is inevitable in

other sections of the document prepared by the Procuring Entity, care must be exercised to

avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the

Procuring Entity or the person drafting the Bidding Documents. They shall not be included in

the final documents. The following general directions should be observed when using the

documents:

a. All the documents listed in the Table of Contents are normally required for the

procurement of Goods. However, they should be adapted as necessary to the

circumstances of the particular Procurement Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for

bid submission,” should be furnished in the Instructions to Bidders, Bid Data

Sheet, and Special Conditions of Contract. The final documents should contain

neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to

Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of

Contract, Schedule of Requirements, and Specifications are not part of the text

of the final document, although they contain instructions that the Procuring

Entity should strictly follow.

Page 3: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

2

d. The cover should be modified as required to identify the Bidding Documents as

to the Procurement Project, Project Identification Number, and Procuring

Entity, in addition to the date of issue.

e. Modifications for specific Procurement Project details should be provided in the

Special Conditions of Contract as amendments to the Conditions of Contract.

For easy completion, whenever reference has to be made to specific clauses in

the Bid Data Sheet or Special Conditions of Contract, these terms shall be

printed in bold typeface on Sections I (Instructions to Bidders) and III (General

Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-

Assisted Projects, these will be covered by a separate issuance of the

Government Procurement Policy Board.

Page 4: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

3

Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….4

Section I. Invitation to Bid……………………………………………………..7

Section II. Instructions to Bidders…………………………………………...11

1. Scope of Bid ………………………………………………………………………. 12

2. Funding Information………………………………………………………………. 12

3. Bidding Requirements ……………………………………………………………. 12

4. Corrupt, Fraudulent, Collusive, and Coercive Practices 12

5. Eligible Bidders…………………………………………………………………… 12

6. Origin of Goods ………………………………………………………………….. 13

7. Subcontracts ……………………………………………………………………… 13

8. Pre-Bid Conference ………………………………………………………………. 14

9. Clarification and Amendment of Bidding Documents …………………………… 14

10. Documents comprising the Bid: Eligibility and Technical Components …………. 14

11. Documents comprising the Bid: Financial Component …………………………... 14

12. Bid Prices …………………………………………………………………………. 15

13. Bid and Payment Currencies ……………………………………………………… 15

14. Bid Security ………………………………………………………………………. 16

15. Sealing and Marking of Bids ………………………………………………………16

16. Deadline for Submission of Bids …………………………………………………. 16

17. Opening and Preliminary Examination of Bids ………………………………….. 16

18. Domestic Preference ……………………………………………………………… 17

19. Detailed Evaluation and Comparison of Bids ……………………………………. 17

20. Post-Qualification ………………………………………………………………… 17

21. Signing of the Contract …………………………………………………………… 18

Section III. Bid Data Sheet …………………………………………………..19

Section IV. General Conditions of Contract ……………………...………..23 1. Scope of Contract ………………………………………………………………… 24

2. Advance Payment and Terms of Payment ……………………………………….. 24

3. Performance Security ……………………………………………………………. 24

4. Inspection and Tests ……………………………………………………………… 24

5. Warranty …………………………………………………………………………. 25

6. Liability of the Supplier ………………………………………………………….. 25

Section V. Special Conditions of Contract ………………………………….26

Section VI. Schedule of Requirements ……………………………………....31

Section VII. Technical Specifications …………………………………………32

Section VIII. Checklist of Technical and Financial Documents …………..69

Page 5: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

4

Glossary of Acronyms, Terms, and

Abbreviations

ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to

and in consonance with the requirements of the bidding documents. Also referred to as

Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who

submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,

Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,

furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,

Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016

revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects

or activities of the GOP requiring adequate external technical and professional expertise that

are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:

(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)

construction supervision; (v) management and related services; and (vi) other technical services

or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier

or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;

Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for

Procurement of Consulting Services; as the case may be, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto and all documents

incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

Page 6: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

5

DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose

funding source is from a foreign government, foreign or international financing institution as

specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section

5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a

supplier or service provider that identifies the terms and conditions, under which specific

purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in

the nature of an option contract between the procuring entity and the bidder(s) granting the

procuring entity the option to either place an order for any of the goods or services identified

in the Framework Agreement List or not buy at all, within a minimum period of one (1) year

to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting

Services and Infrastructure Projects, which may be needed in the transaction of public

businesses or in the pursuit of any government undertaking, project or activity, whether in the

nature of equipment, furniture, stationery, materials for construction, or personal property of

any kind, including non-personal or contractual services such as the repair and maintenance of

equipment and furniture, as well as trucking, hauling, janitorial, security, and related or

analogous services, as well as procurement of materials and supplies provided by the Procuring

Entity for such services. The term “related” or “analogous services” shall include, but is not

limited to, lease or purchase of office space, media advertisements, health maintenance

services, and other services essential to the operation of the Procuring Entity. (2016 revised

IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,

repair, restoration or maintenance of roads and bridges, railways, airports, seaports,

communication facilities, civil works components of information technology projects,

irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste

management systems, shore protection, energy/power and electrification facilities, national

Page 7: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

6

buildings, school buildings, hospital buildings, and other related construction projects of the

government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,

infrastructure project or consulting services. A Procurement Project shall be described,

detailed, and scheduled in the Project Procurement Management Plan prepared by the agency

which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular

No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized

and registered under the laws where it is established, habitually established in business and

engaged in the manufacture or sale of the merchandise or performance of the general services

covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier

as used in these Bidding Documents may likewise refer to a distributor, manufacturer,

contractor, or consultant.

UN – United Nations.

Page 8: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

7

Section I. Invitation to Bid

Notes on the Invitation to Bid

The Invitation to Bid (IB) provides information that enables potential Bidders to decide

whether to participate in the procurement at hand. The IB shall be posted in accordance with

Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate

the following:

a. The date of availability of the Bidding Documents, which shall be from the time the

IB is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it

may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria (e.g., the application of a margin of preference

in bid evaluation).

The IB should be incorporated in the Bidding Documents. The information contained in the

IB must conform to the Bidding Documents and in particular to the relevant information in

the Bid Data Sheet.

Page 9: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

8

INVITATION TO BID FOR Procurement of General Support

Services (Janitorial, Security, and Driving Services)

For FY 2021

ITB No. 2020-10-011

1. The National Economic and Development Authority (NEDA) Regional Office IX, for

a duration of January 01, 2021 to December 2021, through the NEP FY 2021 intends

to apply the sum of Two Million Thirty-One Thousand Seven Ninety-Six Pesos and

95/100 Only (PhP 2,031,796.95), for the Procurement of General Support Services

(Janitorial, Security, and Driving Services) for FY 2021. Bids received in excess of

the total cost per item shall be automatically rejected.

2. The National Economic and Development Authority (NEDA) Regional Office IX, now

invites bids for the above Procurement Project. Bidders should have completed, within

two (2) years from the date of submission and receipt of bids, a contract similar to the

Project. The description of an eligible bidder is contained in the Bidding Documents,

particularly, in Section II (Instructions to Bidders).

The NEDA IX Bids and Awards Committee now invites bids for the procurement of the

said project, described as follows:

Lot No. Particulars Approved Budget for the Contract

1 Provision for Security Services 1,267,396.41

2 Provision for Driving Services 190,708.44

3 Provision for Janitorial Services 573,692.10

TOTAL PhP 2,031,796.95

3. Bidding will be conducted through open competitive bidding procedures using a non-

discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules

and Regulations (IRR) of Republic Act (RA) No. 9184.

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 No. 5183.

4. Prospective Bidders may obtain further information from NEDA IX BAC Secretariat

and inspect the Bidding Documents at the address given below during office hours,

8:00 A.M. to 5:00 P.M, Monday to Friday

Page 10: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

9

5. A complete set of Bidding Documents may be acquired by interested Bidders on

October 13, 2020 to October 30, 2020 from the given address and website below.

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.

6. The National Economic and Development Authority (NEDA) Regional Office IX will

hold a Pre-Bid Conference1 on October 20, 2020 at 03:30 P.M. at NEDA IX, Regional

Government Center, Balintawak, Pagadian City, Zamboanga del Sur and/or through

video conferencing or webcasting via Zoom Application which shall be open to

prospective bidders.

The videoconference shall be through Zoom Application with the following details:

Topic: Pre-Bid Conference for Early Procurement

Time: Oct 20, 2020 03:30 PM Singapore

Join Zoom Meeting

https://us02web.zoom.us/j/89008045359?pwd=dmk5dytqdmNhcE5JQnY2SXh

0TjRxdz09

Meeting ID: 890 0804 5359

Passcode: 259684

7. Bids must be duly received by the BAC Secretariat through (i) manual submission at

the office address indicated below, (ii) online or electronic submission as indicated

below, or (iii) both on or before November 03, 2020 11:30 A.M. Late bids shall not

be accepted.

Bid submission may be done through any electronic means subject to the provision of

Government Procurement Policy Board Resolution Number 09-2020. Bid should be

submitted to [email protected] and/or [email protected].

8. All Bids must be accompanied by a bid security in any of the acceptable forms and in

the amount stated in ITB Clause 14.

9. Bid opening shall be done on a hybrid set-up, i.e., bidders may wish to be physically

present or participate through videoconference. Bid opening is scheduled at 11:30 A.M.

(PST), November 03, 2020 at NEDA IX, Regional Government Center, Balintawak,

Pagadian City, Zamboanga del Sur. 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.

The videoconference shall be through Zoom Application with the following details:

Topic: Opening of Bids for Early Procurement

Time: Nov 3, 2020 11:30 AM Singapore

1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a

Pre-Bid Conference.

Page 11: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

10

Join Zoom Meeting

https://us02web.zoom.us/j/84889913005?pwd=T1RTUWFsVGtkQ2RBT2tQYj

dhYzBMQT09

Meeting ID: 848 8991 3005

Passcode: 054709

10. The National Economic and Development Authority (NEDA) Regional Office IX

reserves the right to reject any and all bids, declare a failure of bidding, or not award

the contract at any time prior to contract award in accordance with Sections 35.6 and

41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to

the affected bidder or bidders.

11. For further information, please refer to:

Joann Joy A. Vargas / Glenn C. Calunsag

Secretariat, NEDA IX Bids and Awards Committee

Regional Government Center, Balintawak, Pagadian City

Tel. No. (062)945-0953; Cellphone No. 0917-861-3746

E-mail address: [email protected]/[email protected]

Website: nro9.neda.gov.ph

SUSAN C. VALERIO

Chairperson, Bids and Awards Committee

Page 12: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

11

Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for

bidders to prepare responsive bids, in accordance with the requirements of the Procuring

Entity. It also provides information on bid submission, eligibility check, opening and

evaluation of bids, post-qualification, and on the award of contract.

Page 13: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

12

1. Scope of Bid

The Procuring Entity, National Economic and Development Authority (NEDA)

Regional Office IX, wishes to receive Bids for Procurement of General Support

Services (Janitorial, Security, and Driving Services) for FY 2021, with identification

number 2020-10-011.

The Procurement Project (referred to herein as “Project”) is composed lots three (3)

lots, the details of which are described in Section VII (Technical Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated in the NEP FY 2021 in the

amount of Two Million Thirty-One Thousand Seven Ninety-Six Pesos and

95/100 Only (PhP 2,031,796.95).

2.2. The source of funding is the National Expenditure Program NEP for FY 2021.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and

its 2016 revised IRR, including its Generic Procurement Manuals and associated

policies, rules and regulations as the primary source thereof, while the herein clauses

shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only

to the ongoing posting, advertisement, or IB by the BAC through the issuance of a

supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and

accepted the general requirements of this Project, including other factors that may affect

the cost, duration and execution or implementation of the contract, project, or work and

examine all instructions, forms, terms, and project requirements in the Bidding

Documents.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices

The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest

standard of ethics during the procurement and execution of the contract. They or

through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and

obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184

or other integrity violations in competing for the Project.

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable

will be evaluated.

Page 14: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

13

5.2.a. Foreign ownership exceeding those allowed under the rules may participate

pursuant to:

i. When a Treaty or International or Executive Agreement as

provided in Section 4 of the RA No. 9184 and its 2016 revised IRR

allow foreign bidders to participate;

ii. Citizens, corporations, or associations of a country, included in the

list issued by the GPPB, the laws or regulations of which grant

reciprocal rights or privileges to citizens, corporations, or

associations of the Philippines;

iii. When the Goods sought to be procured are not available from local

suppliers; or

iv. When there is a need to prevent situations that defeat competition

or restrain trade.

b. Foreign ownership limited to those allowed under the rules may participate in this

Project.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder

shall have an SLCC that is at least one (1) contract similar to the Project the

value of which, adjusted to current prices using the PSA’s CPI, must be at least

equivalent to:

a. For the procurement of Non-Expendable Supplies and Services: The Bidder

must have completed a single contract that is similar to this Project,

equivalent to at least fifty percent (50%) of the ABC.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the

2016 IRR of RA No. 9184.

6. Origin of Goods

There is no restriction on the origin of goods other than those prohibited by a decision

of the UN Security Council taken under Chapter VII of the Charter of the UN, subject

to Domestic Preference requirements under ITB Clause 18.

7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by the

Procuring Entity as stated herein, but in no case more than twenty percent (20%)

of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

Page 15: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

14

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified

date and time and either at its physical address on October 20, 2020 at 03:30 P.M. at

NEDA IX, Regional Government Center, Balintawak, Pagadian City, Zamboanga del

Sur and/or through video conferencing or webcasting via Zoom or Google Meet

Application which shall be open to prospective bidders as indicated in paragraph 6 of

the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of

the Bidding Documents. Such requests must be in writing and received by the

Procuring Entity, either at its given address or through electronic mail indicated in the

IB, at least ten (10) calendar days before the deadline set for the submission and receipt

of Bids.

10. Documents comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section VIII (Checklist of Technical and Financial

Documents).

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed

within one (1) year prior to the deadline for the submission and receipt of bids.

10.3. If the eligibility requirements or statements, the bids, and all other documents

for submission to the BAC are in foreign language other than English, it must

be accompanied by a translation in English, which shall be authenticated by the

appropriate Philippine foreign service establishment, post, or the equivalent

office having jurisdiction over the foreign bidder’s affairs in the Philippines.

Similar to the required authentication above, for Contracting Parties to the

Apostille Convention, only the translated documents shall be authenticated

through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May

2019. The English translation shall govern, for purposes of interpretation of the

bid.

11. Documents comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as

specified in Section VIII (Checklist of Technical and Financial Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a

certification issued by DTI shall be provided by the Bidder in accordance with

Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be

accepted.

Page 16: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

15

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices

provided the conditions are met under Section 31.2 of the 2016 revised IRR of

RA No. 9184.

11.5. Financial proposals for single or multi-year Framework Agreement shall be

submitted before the deadline of submission of bids as prescribed in the IB. For

multi-year Framework Agreement, evaluation of the financial proposal during

this stage is for purposes of determining eligibility and whether or not such

financial proposal is within the ABC.

12. Bid Prices

12.1. Prices indicated on the Price Schedule shall be entered separately in the

following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-

warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already

paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to

delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in e.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall

be quoted delivered duty paid (DDP) with the place of destination

in the Philippines as specified in the BDS. In quoting the price,

the Bidder shall be free to use transportation through carriers

registered in any eligible country. Similarly, the Bidder may

obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in Section

VII (Technical Specifications).

13. Bid and Payment Currencies

13.1. For Goods that the Bidder will supply from outside the Philippines, the bid

prices may be quoted in the local currency or tradeable currency accepted by the

BSP at the discretion of the Bidder. However, for purposes of bid evaluation,

Bids denominated in foreign currencies, shall be converted to Philippine

currency based on the exchange rate as published in the BSP reference rate

bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in:

Page 17: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

16

a. Philippine Pesos.

14. Bid Security

14.1. The Bidder shall submit a Bid Securing Declaration2 or any form of Bid Security

in the amount indicated in the BDS, which shall be not less than the percentage

of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid until 120 days from the opening of bids.

Any Bid not accompanied by an acceptable bid security shall be rejected by the

Procuring Entity as non-responsive.

14.3. In the case of Framework Agreement, other than the grounds for forfeiture under

the 2016 revised IRR, the bid security may also be forfeited if the successful

bidder fails to sign the Framework Agreement, or fails to furnish the

performance security or performance securing declaration. Without prejudice

on its forfeiture, bid securities shall be returned only after the posting of

performance security or performance securing declaration, as the case may be,

by the winning Bidder or compliant Bidders and the signing of the Framework

Agreement.

15. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the

Bid. However, failure of the Bidders to comply with the said request shall not be a

ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission or any

other electronic means, the Bidder shall submit an electronic copy of its Bid, which

must be digitally signed. An electronic copy that cannot be opened or is corrupted shall

be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids

16.1. The Bidders shall submit on the specified date and time and either at its physical

address or through online submission as indicated in paragraph 7 of the IB.

17. Opening and Preliminary Examination of Bids

17.1. The BAC shall open the Bids in public at the time, on the date, and at the place

specified in paragraph 9 of the IB. The Bidders’ representatives who are present

shall sign a register evidencing their attendance. In case videoconferencing,

2 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and

furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of

Notice to Execute Framework Agreement.

Page 18: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

17

webcasting or other similar technologies will be used, attendance of participants

shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the

rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.

9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of the

2016 revised IRR of RA No. 9184.

18. Domestic Preference

18.1. The Procuring Entity will grant a margin of preference for the purpose of

comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR

of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids

19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids

rated “passed,” using non-discretionary pass/fail criteria. The BAC shall

consider the conditions in the evaluation of Bids under Section 32.2 of the 2016

revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, bidders may submit a proposal on any of the

lots or items, and evaluation will be undertaken on a per lot or item basis, as the

case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be

submitted for each lot or item separately.

19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical

Specifications), although the ABCs of these lots or items are indicated in the

BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the

2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total

of the ABCs for all the lots or items participated in by the prospective Bidder.

19.4. The Project shall be awarded as follows:

One Project having several items grouped into several lots, which shall be

awarded as separate contracts per lot.

19.5. Except for bidders submitting a committed Line of Credit from a Universal or

Commercial Bank in lieu of its NFCC computation, all Bids must include the

NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA

No. 9184, which must be sufficient for the total of the ABCs for all the lots or

items participated in by the prospective Bidder. For bidders submitting the

committed Line of Credit, it must be at least equal to ten percent (10%) of the

ABCs for all the lots or items participated in by the prospective Bidder.

20. Post-Qualification

Page 19: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

18

20.1. For multi-year Framework Agreement, all bidders initially determined to be

eligible and financially compliant shall be subject to initial post-qualification.

The BAC shall then recommend the execution of a Framework Agreement

among all eligible, technically and financially compliant bidders and the

Procuring Entity and shall be issued by HoPE a Notice to Execute Framework

Agreement. The determination of the Lowest Calculated Bid (LCB) shall not

be performed by the BAC until a Mini-Competition is conducted among the

bidders who executed a Framework Agreement. When a Call for Mini-

Competition is made, the BAC shall allow the bidders to submit their best

financial proposals on such pre-scheduled date, time and place to determine the

bidder with the LCB.

20.2. Within a non-extendible period of five (5) calendar days from receipt by the

Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,

or in the case of multi-year Framework Agreement, that it is one of the eligible

bidders who have submitted bids that are found to be technically and financially

compliant,}the Bidder shall submit its latest income and business tax returns

filed and paid through the BIR Electronic Filing and Payment System (eFPS)

and other appropriate licenses and permits required by law and stated in the

BDS. For every mini-competition in Framework Agreement, the LCB shall

likewise submit the required documents for final Post Qualification.}

21. Signing of the Contract

21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.

9184 shall form part of the Contract. Additional Contract documents are

indicated in the BDS.

Page 20: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

19

Section III. Bid Data Sheet

Notes on the Bid Data Sheet

The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in

detail, information, or requirements included in the ITB found in Section II, which are

specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information

in relation to corresponding clauses in the ITB and has to be prepared for each specific

procurement.

The Procuring Entity should specify in the BDS information and requirements specific to

the circumstances of the Procuring Entity, the processing of the procurement, and the bid

evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects

should be checked:

a. Information that specifies and complements provisions of the ITB must be

incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by

the circumstances of the specific procurement, must also be incorporated.

Page 21: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

20

Bid Data Sheet ITB

Clause

1.1 The Procuring Entity is National Economic and Development Authority

Regional Office (NEDA) IX.

Error! R

eference

source

not

found.

The identification number for this Project is ITB No. 2020-10-011.

2 The Funding Source is:

The Government of the Philippines (GOP) through FY 2021 NEP in the amount

of Two Million Thirty-One Thousand Seven Ninety-Six Pesos and 95/100

Only (PhP 2,031,796.95).

The name of the Project is: Procurement of General Support Services

(Janitorial, Security, and Driving Services) for FY 2021

5.3 The Bidder must have completed, within the period specified in the Invitation

to Bid and ITB, i.e., within two (2) years prior to the deadline for the

submission and receipt of bids, a single contract that is similar to this Project,

equivalent to at least fifty percent (50%) of the ABC.

For this purpose, contracts similar to the Project shall be:

Provision of security, driving, and janitorial services. .

7.1 Subcontracting is not allowed.

8 The Procuring Entity will hold a pre-bid conference for this Project on October

20, 2020 at 03:30 P.M. at NEDA IX, Regional Government Center,

Balintawak, Pagadian City, Zamboanga del Sur.

9 Prospective bidders may request for clarification on and/or interpretation of any

part of the Bidding Documents. Such requests must be in writing and received

by the Procuring Entity, either at its given address or through electronic mail

indicated in the IB, at least ten (10) calendar days before the deadline set for

the submission and receipt of Bids.

14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of

the following forms and amounts:

a. The amount of not less than PhP 40,635.94, if bid security is in cash,

cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of

credit; or

Page 22: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

21

Lot ABC Amount of Bid

Security

Provision for Security Services 1,267,396.41 25,347.93

Provision for Driving Services 190,708.44 3,814.17

Provision for Janitorial Services 573,692.10 11,473.84

Total 2,031,796.95 40,635.94

b. The amount of not less than PhP 101,589.85 if bid security is in Surety

Bond.

Lot ABC Amount of Bid

Security

Provision for Security Services 1,267,396.41 63,369.82

Provision for Driving Services 190,708.44 9,535.42

Provision for Janitorial Services 573,692.10 28,684.61

Total 2,031,796.95 101,589.85

15 Each Bidder shall submit one (1) original and two (2) duplicate copies of the

first and second components of its bid. Bidder/s shall provide ear-tag codes or

index tabs on both the original copy and duplicate copies. Sealing and Marking

of Bids shall follow Annex A.

16 Deadline of submission of bid is on or before November 03, 2020 11:30 AM.

Bid submission may be done through any electronic means subject to the

provision of Government Procurement Policy Board Resolution Number 09-

2020. Bid submission should be submitted to [email protected] and/or

[email protected]

Item 4.2 of the GPPB Resolution No. 09-2020 states that bid submission may

be done through any electronic means available to the PEs, provided that the

same:

a. uses a two-factor security procedure consisting of an archive

format compression and password protection to ensure the

security, integrity and confidentiality of the bids submitted;

b. allows access to a password-protected Bidding Documents

on opening date and time. The passwords for accessing the

file will be disclosed by the Bidders only during the actual

bid opening which may be done in person or face-to-face

through videoconferencing, webcasting or similar

technology; and

c. capable of generating an audit trail of transactions to ensure

the security, integrity and authenticity of bid submissions;

17 Deadline of submission of bid is on or before November 03, 2020 11:30 AM.

19.3 Project will be awarded by lot as indicated below:

Page 23: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

22

Lot

No. Particulars

Approved Budget for

the Contract

1 Provision for Security

Services

1,267,396.41

2 Provision for Driving

Services

190,708.44

3 Provision for Janitorial

Services

573,692.10

TOTAL PhP 2,031,796.95

Page 24: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

23

Section IV. General Conditions of Contract

Notes on the General Conditions of Contract

The General Conditions of Contract (GCC) in this Section, read in conjunction with the

Special Conditions of Contract in Section V and other documents listed therein, should be a

complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Supplier, payments under the contract, or matters

affecting the risks, rights, and obligations of the parties under the contract are included in

the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through

the Special Conditions of Contract.

Page 25: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

24

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that can

be reasonably inferred as being required for its completion as if such items were

expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised

IRR, including the Generic Procurement Manual, and associated issuances, constitute

the primary source for the terms and conditions of the Contract, and thus, applicable in

contract implementation. Herein clauses shall serve as the secondary source for the

terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.

9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement

activities, the advertisement, posting, or invitation of which were issued after the

effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in the

Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment

2.1. Advance payment of the contract amount is provided under Annex “D” of the

revised 2016 IRR of RA No. 9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the partial

or staggered delivery of the Goods procured, provided such partial payment

shall correspond to the value of the goods delivered and accepted in accordance

with prevailing accounting and auditing rules and regulations. The terms of

payment are indicated in the SCC.

2.3. For a single-year Framework Agreement, prices charged by the Supplier for

Goods delivered and/or services performed under a Call-Off shall not vary from

the prices quoted by the Supplier in its bid.

2.4. For multi-year Framework Agreement, prices charged by the Supplier for

Goods delivered and/or services performed under a Call-Off shall not vary from

the prices quoted by the Supplier during conduct of Mini-Competition.

3. Performance Security

Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from

the Procuring Entity but in no case later than prior to the signing of the Contract by

both parties, the successful Bidder shall furnish the performance security in any of the

forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184 In the case of

Framework Agreement, the Bidder may opt to furnish the performance security or a

Performance Securing Declaration as defined under the Guidelines on the Use of

Framework Agreement.

4. Inspection and Tests

Page 26: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

25

The Procuring Entity or its representative shall have the right to inspect and/or to test

the Goods to confirm their conformity to the Project specifications at no extra cost to

the Procuring Entity in accordance with the Generic Procurement Manual. In addition

to tests in the SCC, Section IV (Technical Specifications) shall specify what

inspections and/or tests the Procuring Entity requires, and where they are to be

conducted. The Procuring Entity shall notify the Supplier in writing, in a timely

manner, of the identity of any representatives retained for these purposes.

All reasonable facilities and assistance for the inspection and testing of Goods,

including access to drawings and production data, shall be provided by the Supplier to

the authorized inspectors at no charge to the Procuring Entity.

5. Warranty

6.1. In order to assure that manufacturing defects shall be corrected by the Supplier,

a warranty shall be required from the Supplier as provided under Section 62.1

of the 2016 revised IRR of RA No. 9184.

6.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims

arising under this warranty. Upon receipt of such notice, the Supplier shall,

repair or replace the defective Goods or parts thereof without cost to the

Procuring Entity, pursuant to the Generic Procurement Manual.

6. Liability of the Supplier

The Supplier’s liability under this Contract shall be as provided by the laws of the

Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and

severally liable to the Procuring Entity.

Page 27: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

26

Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract

Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in

providing contract-specific information in relation to corresponding clauses in the GCC

found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual

requirements linked to the special circumstances of the Procuring Entity, the Procuring

Entity’s country, the sector, and the Goods purchased. In preparing this Section, the

following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the

circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of

the provisions of the GCC should be incorporated herein.

Page 28: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

27

Special Conditions of Contract GCC

Clause

1

Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”

and other trade terms used to describe the obligations of the parties shall have

the meanings assigned to them by the current edition of INCOTERMS

published by the International Chamber of Commerce, Paris. The Delivery

terms of this Contract shall be as follows:

“The delivery terms applicable to this Contract are delivered in NEDA IX Office

Balintawak, Pagadian City and/or Pagadian City. Risk and title will pass from

the Supplier to the Procuring Entity upon receipt and final acceptance of the

Goods at their final destination.”

Delivery of the Goods shall be made by the Supplier in accordance with the

terms specified in Section VI (Schedule of Requirements).

For purposes of this Clause the Procuring Entity’s Representative at the Project

Site is NEDA IX Office Balintawak, Pagadian City.

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:

a. performance or supervision of on-site assembly and/or start-up of

the supplied Goods;

b. furnishing of tools required for assembly and/or maintenance of the

supplied Goods;

c. furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied Goods;

d. 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; and

e. 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.

Page 29: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

28

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:

a. 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

b. in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the pending

termination, in sufficient time to permit the Procuring Entity to

procure needed requirements; and

ii. 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 and other components 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 or components for the Goods for a period of three times

the warranty period.

Spare parts or components shall be supplied as promptly as possible, but in any

case, within one (1) months of placing the 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.

Page 30: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

29

The packaging, marking, and documentation within and outside the packages

shall comply strictly with such special requirements as shall be expressly

provided for in the Contract, including additional requirements, if any, specified

below, and in any subsequent instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4) sides as follows:

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be

placed on an accessible point of the outer packaging if practical. If not practical

the packaging list is to be placed inside the outer packaging but outside the

secondary packaging.

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.

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

Page 31: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

30

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.

Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims

of infringement of patent, trademark, or industrial design rights arising from use

of the Goods or any part thereof.

2.2 NA

4 NA

Page 32: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

31

Section VI. Schedule of Requirements

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is

the date of delivery to the project site.

Lot

No. Particulars

Approved Budget

for the Contract

Number of

Personnel

Delivered,

Weeks/Months

1 Provision for Security Services 1,267,396.41 6 January 1 to

December 31,

2021 or as stated

in the Notice to

Proceed

2 Provision for Driving Services 190,708.44 1

3 Provision for Janitorial Services 573,692.10 4

TOTAL PhP 2,031,796.95

I hereby certify to comply and deliver all the above requirements.

___________________ ______________________ _________

Name of Company/Bidder Signature over Printed Name of Date Representative

Page 33: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

32

Section VII. Technical Specifications

Notes for Preparing the Technical Specifications

A set of precise and clear specifications is a prerequisite for Bidders to respond realistically

and competitively to the requirements of the Procuring Entity without qualifying their Bids.

In the context of Competitive Bidding, the specifications (e.g. production/delivery schedule,

manpower requirements, and after-sales service/parts, descriptions of the lots or items) must

be prepared to permit the widest possible competition and, at the same time, present a clear

statement of the required standards of workmanship, materials, and performance of the

goods and services to be procured. Only if this is done will the objectives of transparency,

equity, efficiency, fairness , and economy in procurement be realized, responsiveness of bids

be ensured, and the subsequent task of bid evaluation and post-qualification facilitated. The

specifications should require that all items, materials and accessories to be included or

incorporated in the goods be new, unused, and of the most recent or current models, and that

they include or incorporate all recent improvements in design and materials unless otherwise

provided in the Contract.

Samples of specifications from previous similar procurements are useful in this respect. The

use of metric units is encouraged. Depending on the complexity of the goods and the

repetitiveness of the type of procurement, it may be advantageous to standardize the General

Technical Specifications and incorporate them in a separate subsection. The General

Technical Specifications should cover all classes of workmanship, materials, and equipment

commonly involved in manufacturing similar goods. Deletions or addenda should then

adapt the General Technical Specifications to the particular procurement.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the

specification of standards for equipment, materials, and workmanship, recognized Philippine

and international standards should be used as much as possible. Where other particular

standards are used, whether national standards or other standards, the specifications should

state that equipment, materials, and workmanship that meet other authoritative standards,

and which ensure at least a substantially equal quality than the standards mentioned, will

also be acceptable. The following clause may be inserted in the Special Conditions of

Contract or the Technical Specifications.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Technical Specifications to specific standards and codes

to be met by the goods and materials to be furnished or tested, the provisions of the latest

edition or revision of the relevant standards and codes shall apply, unless otherwise

expressly stated in the Contract. Where such standards and codes are national or relate to a

particular country or region, other authoritative standards that ensure substantial equivalence

to the standards and codes specified will be acceptable.

Reference to brand name and catalogue number should be avoided as far as possible; where

unavoidable they should always be followed by the words “or at least equivalent.”

References to brand names cannot be used when the funding source is the GOP.

Page 34: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

33

Where appropriate, drawings, including site plans as required, may be furnished by the

Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to

provide drawings or samples either with its Bid or for prior review by the Procuring Entity

during contract execution.

Bidders are also required, as part of the technical specifications, to complete their statement

of compliance demonstrating how the items comply with the specification.

Page 35: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 34 of 90

TERMS OF REFERENCE

Provision of Security Services for the National Economic and Development

Authority (NEDA) IX

1. Rationale

The National Economic and Development Authority IX houses its office on a

5,481 sq.m. lot at the President Corazon C. Aquino Regional Government

Center, Balintawak, Pagadian City. On the same lot are the Annex Building,

Gymnasium, and Motorpool. The perimeter of the Office is duly enclosed with

a fence, which has for gates- two for the ingress and/or egress of motor vehicles,

and two for pedestrian. With the existing area and structures, there is a necessity

to hire six (6) security personnel to sufficiently safeguard the people and

properties of and within the Office premises.

The said number of security personnel is consistent with the recommendation of

the National Intelligence Coordinating Council (NICA) to have at least two (2)

security guards on duty per shift, round the clock.

2. General Objective The National Economic and Development Authority (NEDA) IX seeks to acquire the services of a Security Agency to:

1. Provide protection to properties and assets of NEDA IX and/or liquidation against theft, pilferage, robbery, damage or loss, malicious mischief, trespass and unlawful entry through force, intimidation, threat, strategy or stealth, assault, arson, or other unlawful and destructive acts; and

2. Provide physical security to NEDA IX employees, outsourced personnel, clients

and visitors while they are within the premises and its immediate vicinity.

3. Areas to be Secured

3.1 NEDA IX Main Building and its premises; 3.2 Annex Building; 3.3 Motor pool and Driver’s Quarters;

3.4 Guard House;

3.5 Gymnasium; and

3.6 Parking Areas, Driveways, and Perimeter Fence.

Page 36: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 35 of 90

4. Duration of Agreement

The Service Agreement shall be for a period of one (1) year from January 1, 2021 to December 31, 2021 and may be renewed for FY 2022 and FY 2023 subject to the Service Provider’s satisfactory performance and to the guidelines on the release of funds for the said fiscal years to be issued by the DBM.

5. Approved Budget of the Contract

The Approved Budget for the Contract (ABC) pursuant to the FY 2021 National Expenditure Program (NEP) shall be ONE MILLION TWO HUNDRED SIXTY-SEVEN THOUSAND THREE HUNDRED NINETY-SIX PESOS AND 41/100 (PhP1,267, 396.41) only.

Bid price shall be fixed and shall not be adjusted during contract implementation, except for the following causes:

A. Issuance of a new wage order or law increasing the minimum daily

wage;

B. Increase in taxes; and/or

C. Increase or decrease in the number of manpower NEDA IX may

require.

In case of adjustment of contract price based on the above conditions, only the

amount due to the security personnel and the corresponding contributions to

government institutions shall be adjusted and NOT the Agency Fee.

6. Security Agency Qualifications

The Security Agency shall have the necessary experience and expertise in

providing security services. For this purpose, the Security Agency must submit,

as part of the eligibility requirements, the following:

A. Registration Certificate from SEC, DTI, or CDA;

B. Valid Mayor’s Permit;

C. Tax Clearance per Executive Order 398, series of 2005, as finally

reviewed and approved by the BIR;

D. “License to Operate” as Security Agency issued by the Supervisory

Office for Security and Investigative Agencies (SOSIA);

E. Certificate of Membership in the Philippine Association of Detectives

and Protection Agency Operators (PADPAO);

Page 37: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 36 of 90

F. DOLE Certificate of Registration as Independent Service Provider;

G. Organization Structure and Company Profile;

H. Comprehensive Security Plan;

J. Certificate of satisfactory services rendered from at least two (2) clients

for the last five (5) years; and

K. Certificate of No Pending/Unpaid remittances for payment due to SSS,

PhilHealth, and Pag-IBIG as of June 2020.

Note: GPPB Resolution No. 09-2020 provisions shall apply on the minimum

requirements for bidders

7. Security Personnel Qualifications

The security personnel to be deployed shall have the minimum qualifications as

follows:

A. Filipino Citizen

B. At least 21 years old upon deployment/posting

C. At least High School level

D. Security License Holder

E. At least three (3) years security job experience as duly licensed

security guard

F. Physically, mentally and emotionally fit.

8. Security Personnel Materials and Equipment

The security personnel deployed shall be supplied with:

A. Uniform- long-sleeved with shirts, dark blue pants, plain white

undershirt, knit-strap brass, brass buckle waist belt, neck tie, black

socks and white gloves for ceremonial and special functions. Pershing

cap for male and blue duck bonnet for female;

B. PNP standard police leather belt, holster and handcuff;

C. Batons and whistle;

D. One (1) pair of leather shoes;

E. At least one (1) flashlight;

Page 38: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 37 of 90

F. 1 pair of two-way radio; and

G. Two (2) pairs of reflectorized hand glove, two (2) strap-on torso

reflectorized jackets for security guards assigned to man traffic at

vehicle main entrance/exit driveway during special occasion.

9. Firearms Requirements

The Security Agency shall provide two (2) firearms, preferably 9 mm caliber

pistol, with complete ammunition.

The Security Agency shall regularly issue a Duty Detail Order (DDO) to the

deployed personnel.

10. Manpower Requirements

10.1 NEDA IX shall need six (6) security personnel;

10.2 During the duration of the contract, the number of manpower

requirements may be increased or decreased at the discretion of NEDA IX.

11. Working Days/Hours

11.1 Each of the abovementioned personnel shall render eight (8) hours of

work daily, seven (7) days a week, including legal holidays; Provided, that they shall be paid for the corresponding rates as allowed by the Labor Code, as amended, and any amendments thereto.

11.2 Work Shifts are as follows:

1st Shift - 6:00 AM to 2:00 PM 2nd Shift - 2:00 PM to 10:00 PM 3rd Shift - 10:00 PM to 6:00 AM

12. DUTIES AND RESPONSIBILITIES OF THE SERVICE PROVIDER

The contracted security services discharge their duties and responsibilities as

prescribed under pertinent rules and regulations embodied in various NEDA

Office Circulars, Special Orders and Memoranda.

The Security Agency shall:

1. Provide NEDA IX with the required number of security guards and

security officers who are qualified and trained to maintain security and

safeguard the buildings, offices and properties within the premises of the

Page 39: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 38 of 90

NEDA Secretariat Buildings, as well as provide protection for its

employees, visitors, guests and transacting public;

2. Deploy personnel who are not more than 60 years of age, at least 5’4” in

height for male and 5.0” for female, with at least three (3) years of

experience as duly licensed security guard, and must have completed at

least high school graduate. The Service Provider shall also submit the

following documentary requirements prior to posting:

A. NBI Clearance;

B. PNP Clearance;

C. Barangay clearance;

D. Physical/Medical/Health Certificate

E. Drug test; and

F. Personal Data Sheet.

3. Provide their security personnel with appropriate uniforms including

acceptable footwear and ensure that said personnel are well groomed and

in proper/neat attire at all times;

4. Secure all necessary government permits and licenses for the performance

of its services;

5. Be liable to NEDA IX and its clients for any downtime or interruption in

the services to be provided due to labor problems or other causes other

than fortuitous events;

6. Comply with existing applicable labor laws, rules and regulations and

warrant the payment of salaries and allowances to its security personnel

within legal rates provided for under DOLE Department Order No. 150-

16 Section 7.5 and other related legislated laws;

7. Assume full responsibility for any and all claims of its security personnel

relative to their employment with the Security Agency and that, in case

of accident, injury or illness incurred in the line of duty, NEDA should

not in any way be made liable by the Security Agency;

8. Be responsible in the filing of report to the Police or appropriate Authority

for any incidents involving police matters (e.g., theft, robbery);

9. Ensure No Straight or 24-Hours Tour of Duty in the deployment of

guard(s) at NEDA IX Buildings;

10. Provide for the increase or decrease of the number of Security Guards as

required by NEDA IX from time to time as the need arises. Likewise, the

SERVICE PROVIDER shall change or provide reliever Security Guards

assigned to NEDA IX within twenty-four (24) hours from receipt of the

notification;

Page 40: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 39 of 90

11. Regularly remit SSS, PhilHealth, and Pag-IBIG contributions and provide

NEDA IX, on a monthly/quarterly basis, certified true copies of proof of

payments of all its obligations under the provisions of the SSS Law,

Employees Compensation Act, PhilHealth, Pag-IBIG and other pertinent

statutes presently in force and effect. Failure to remit and submit report

shall warrant ineligibility in the future bidding of the office.

12. Turn over to NEDA IX all logbooks upon termination of their contract

13. Consider the requirements/specific personnel qualifications of NEDA IX

in the hiring of personnel to be assigned at the latter. However, the

Security Agency may absorb/consider the present personnel whom

NEDA IX may recommend.

14. Answer for and indemnify NEDA IX for the cost of any damage to or loss

of NEDA IX’s property which is due or sustained through the fault of the

Security Guards.

15. Ensure and guarantee that the benefits of its service personnel deployed

in NEDA IX are properly paid on time.

16. Inform NEDA IX, in writing, any movement/replacement of personnel.

17. Ensure that its personnel shall secure their respective Taxpayer

Identification Number (TIN) should they be required under the Internal

Revenue Code, in case such has not been secured yet.

18. Revise the Comprehensive Security Plan submitted together with the

other eligibility documents should there be any enhancements and/or

amendments as may be required by NEDA IX. The revised

Comprehensive Security Plan must be submitted during the execution of

Contract of Agreement.

13. DUTIES AND RESPONSIBILITIES OF NEDA

The NEDA IX, through its General Services Section, shall:

A. Monitor the implementation of the security services in accordance with

the specifications and conditions of the contract;

B. Recommend appropriate measures and improvements in the provision of

Security Services by the SECURITY AGENCY based on the feedback

received; and

C. Recommend to the management for the increase or decrease of the

number of security guards from time to time as the need arises.

14. GENERAL CONSIDERATIONS

Page 41: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 40 of 90

12.1 The daily minimum wage rate as determined by the Regional Tripartite

Wages and Productivity Board having jurisdiction over the area of operation shall be the benchmark for wages.

12.2 There shall be no diminution of wages of incumbents. Work authorized to be performed during legal holidays shall be compensated according to the Labor Code, as amended.

12.3 Services rendered beyond the required number of hours per day shall be considered overtime work subject to payment in accordance with the existing provisions of the Labor Code, as amended, and shall be included in the billing.

12.4 The daily wages shall be adjusted correspondingly if any law, order, rule or regulations is promulgated or issued increasing the minimum wage or providing for payment of additional employee benefits.

12.5 Nothing herein shall be construed as establishing an employer-

employee relationship between NEDA IX and the Security Agency and the latter’s employees who will be assigned to the former. The Security Agency shall at all times be personally and directly responsible for the personnel under its employ.

12.6 Performance of the Security Agency shall be subject to an appraisal

system to be administered semi-annually by NEDA IX. The performance criteria shall be based on the criteria as maybe determined by NEDA IX.

12.7 To monitor the services and the performance of the driver, the NEDA

IX shall conduct a semi-annual performance review and evaluation.

12.8 The Security Agency shall ensure compliance with the existing laws,

rules and regulations governing security services.

12.9 NEDA IX may pre-terminate the contract for failure of the Security

Agency to perform its obligations in accordance with the existing

Guidelines on Termination of Contracts issued by the Government

Procurement Policy Board.

15. BILLINGS

13.1 Billings shall be submitted semi-monthly within two (2) days from the

cut-off dates. The cut-off dates shall be as follows:

15th day of the month

Last day of the month

13.2 Billings shall be based on the actual number of days worked during

Page 42: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 41 of 90

billing period.

16. Cost Components (Monthly)

16.1 There are four (4) major components of the quotation:

A. Direct Labor Cost;

B. Remittances/Contributions to Government Institutions;

C. Administrative Cost for Security Guards only; and

D. Taxes and allowance for profit.

16.1.1 The Direct Labor Cost includes the following: ➢ Basic pay for 8 hours work per day;

➢ 5-day Incentive Leave Pay; and

➢ 13th Month Pay.

16.1.2 Contributions to Government Institutions:

➢ SSS Premium contributions;

➢ PhilHealth contributions;

➢ Pag-IBIG;

➢ Employees Compensation Commission (ECC); and

➢ Others as mandated by applicable laws.

16.1.3 Administrative Cost for Security Guards only

➢ Include Cost for office uniform. Regular security guard

supplies and materials for daily operation will be provided

by NEDA IX.

16.1.4 Taxes and Administrative Cost: ➢ 12% E-VAT as mandated by law; and

20% Administrative Cost. Under Section 4(b) of DOLE

Department Order No. 150-16, S. 2016, the Security Agency is

allowed a standard administrative cost of not less than 20% of

the total contract cost.

16.2 The indicative breakdown of the salary of a Security Guard per month is

as follows:

Page 43: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

Page 42 of 90

A. AMOUNT PAYABLE TO one (1) Security Guard (SG):

1. Monthly Rate (316x*396.20/12)** P 10,433.27

2. 13th Month Pay (monthly rate / 12) 869.44

3. Service Incentive leave (316.00x5/12) 131.67

4. Night Shift Differential (10% of monthly rate) 1,043.33

5. Retirement Benefits per RA 7641

(316.00x22.50/12)

Ordinary Working Days – 289.00 days

Rest Days – 67.60

Regular Holidays – 24.00

Special Holidays – 11.70

Local Holidays – 3.90

*Total Days 396.20 days

592.50

Total gross Amount due P 13, 039.03

B. AMOUNT DUE TO GOVERNMENT INFAVOR

OF MANPOWER:

***SSS (Employer Share) 886.83

EC 10.00

Philhealth 182.12

Pag-IBIG 150.00

Sub-Total P 1,229.41

C. Gross + Employer’s Share P 14, 299.62

D. ADMIN. OVERHEAD (20%) 2,859.92

E. UNIFORM ALLOWANCE 100.00

F. VAT ( D x 12%) 343.19

Total Rate per month (C+D+E+F) P 17,602.37

Total Rate per month for 6 SG P 105, 616.37

Total for 1 year P 1,267, 396.41

**Exclusive of Overtime Pay for Other Muslim Holidays that may be issued by the National

Commission on Muslim Filipino.

***SSS Rate is based on RA 11199 and may be changed subject to the issuance of SSS 2021

contribution schedule. For Philhealth contribution, the rate is of 3.5%, which is based on the

Philhealth Circular No. 2019-0009.

Page 44: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

43

17. Scope of Work

The Security Agency and the Security Guards shall undertake the following functions and responsibilities:

A. Secure and protect NEDA IX employees from assault, harassment, threat

and intimidation within the agency; B. Secure and protect the facilities/properties of NEDA IX from theft,

robbery, arson, destruction and damage and other related crimes punishable by law within the agency;

C. Implement/comply with NEDA IX rules and regulations and other

standard operating procedures promulgated by NEDA IX relative to its security and safety measures;

D. Log all activities and situations which have transpired during the day and

immediately report to Finance and Administrative Division (FAD) any untoward incidents which may occur.

E. Conduct annual marksmanship refresher training and proficiency firing to

enhance skill/ability of the guards in the use of their issued firearms and maintain their awareness on the safe and proper handling of firearms; and test serviceability of all firearms assigned to the security guards. All firearms found defective should be replaced immediately; and

F. Conduct other training/seminar for all security guards on subject or topics

related to their duties and responsibilities.

18. Other Terms

A. Relievers and/or replacements shall be made available at all times to ensure continuous and uninterrupted service. NEDA IX reserves the right to demand replacement of personnel found to be unqualified and/or not performing work satisfactorily.

B. All personnel employed by the Security Agency shall be reliable, trained,

courteous, cooperative and in possession of a current NBI Clearance. They must be generally presentable and wear proper uniforms and IDs at all times while on duty.

C. NEDA IX reserves the right to pre-terminate the service contract for

violation by the Security Agency of any of the provisions of the contract.

D. To ensure that the salaries of the Security Agency’s security personnel are

regularly and timely paid, NEDA IX shall directly pay their salaries which are due and demandable during the respective billing period. The Security Agency will receive only the amount due for each billing period net of

Page 45: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

44

withholding taxes and salaries of its service personnel.

19. LIQUIDATED DAMAGES:

Failure to comply with the Terms and Conditions of the contract will result in the payment of corresponding penalties/liquidated damages in the amount equal to 1/10 of 1% of the cost of the unperformed portion for every day of delay. Once the cumulative amount of liquidated damages reaches 10% of the amount of the contract, NEDA may rescind the contract, without prejudice to other courses of action and remedies open to it.

20. DISPUTE RESOLUTION:

A. In the matter of dispute, should any dispute related to the Contract and/or

rights of the parties arise, the same shall be submitted to mutual consultation, mediation and arbitration, in the order of application. The venue of the proceedings shall be in Pagadian City;

B. In case of a court suit, the venue shall be the courts of competent

jurisdiction in Pagadian City, to the exclusion of all other courts; and

C. Any amendment or additional terms and conditions to the Contract must

be in writing, signed and acknowledged by the Parties.

21. TIE-BREAKING METHOD

Where, after post qualification, an occurrence of a tie takes place among bidders determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the measure to resolve the case is by “draw lots”.

22. CONFIDENTIALITY CLAUSE:

All information, data and/or documents of, or relating to, NEDA IX which are classified as confidential shall be treated with extreme secrecy by the Security Agency, including its security personnel, and shall not be communicated or disclosed to any person or entity without prior written clearance from NEDA IX. In the event that the Security Agency fails to comply with this Confidentiality Clause, NEDA IX shall have the right to seek redress warranted under RA 10173, otherwise known as “Data Privacy Act of 2012”, and other pertinent laws, rules and regulations.

23. GENDER AND DEVELOPMENT:

NEDA IX’s commitment to mainstream Gender and Development concerns in all its programs and activities is considered in the Terms of Reference (TOR). The conduct of problem identification and activity design, women concern and

Page 46: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

45

their possible positive/negative, immediate and long-term impact on women and children are considered.

Both women and men are part in the crafting of this TOR. This includes constraints and opportunities related to women and men’s participation in decision making process for procurement-related activities.

Gender-related information is considered in the design and content of this TOR.

The activity is supportive of GAD initiative to address gender gaps and issues, specifically in equal employment opportunities for both women and men and to have an equal opportunity for women and men in planning, implementation and monitoring of this procurement activities.

The gender equality targets and indicators of this TOR are the following:

1. The crafting of this TOR is participated by men and women; 2. The conduct of this procurement planning, implementation and

monitoring are delegated, regardless of gender. 3. In the interview, recommendation and hiring, both men and

women can participate and can be considered.

I hereby certify to comply and deliver all the above requirements.

___________________ ______________________ _________

Name of Company/Bidder Signature over Printed Name of Date Representative

Page 47: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

46

TERMS OF REFERENCE

Provision of Driving/Other General Services for the National

Economic and Development Authority (NEDA) Region IX

1. RATIONALE

Pursuant to Executive Order No. 366 dated October 4, 2004 “Directing a

Strategic Review of the Operations and Organizations of the Executive Branch

and Providing Options and Incentives for Government Employees who may be

Affected by the Rationalization of the Functions and Agencies of the Executive

Branch”, National Economic and Development Authority was reorganized on

June 18, 2013. The rationalization has resulted to abolition of plantilla positions

for drivers. With the streamlining, driving was identified as one of the critical

services that the government has to outsource to ensure efficient and effective

delivery of its mandates.

2. GENERAL OBJECTIVE

The National Economic and Development Authority (NEDA) IX seeks to acquire the services of a Service Provider to provide the following services:

a. Drive office vehicles to transport all NEDA IX personnel who are authorized to travel for any official purpose.

b. Perform other functions as may be directed by the Regional Director and/or higher authorities.

3. DURATION OF AGREEMENT

The Service Agreement shall be for a period of one (1) year from January 1, 2021

to December 31, 2021 and may be renewed for FY 2022 and FY 2023 subject to

the Service Provider’s satisfactory performance and to the guidelines on the

release of funds for the said fiscal years to be issued by DBM.

4. APPROVED BUDGET OF THE CONTRACT

Page 48: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

47

The Approved Budget for the Contract (ABC) pursuant to the National Expenditure Program for FY 2021 shall be ONE HUNDRED NINETY THOUSAND SEVEN HUNDRED EIGHT PESOS ONLY AND 44/100 ONLY (Php 190,708.44) only.

Bid price shall be fixed and shall not be adjusted during contract implementation, except for the following causes:

A. Issuance of a new wage order or law increasing the minimum daily wage;

B. Increase in taxes; and/or

C. Increase or decrease in the number of manpower NEDA IX may require.

In case of adjustment of contract price based on the above conditions, only the

amount due to the personnel and the corresponding contributions to government

institutions shall be adjusted and NOT the Agency Fee.

5. SERVICE PROVIDER QUALIFICATIONS

The Service Provider shall have the necessary experience and expertise in

providing driving services. For this purpose, the Service Provider must submit,

as part of the eligibility requirements, the following:

A. Registration Certificate from SEC, DTI, or CDA;

B. Valid Mayor’s Permit;

C. Tax Clearance per Executive Order 398, series of 2005, as finally

reviewed and approved by the BIR;

D. DOLE Certificate of Registration as Independent Service Provider;

E. Organization Structure and Company Profile;

F. Certificate of satisfactory services rendered from at least two (2)

clients for the last five (5) years; and

G. Certificate of No Pending/Unpaid remittances for payment due to

SSS, PhilHealth, and Pag-IBIG as June 2020.

Page 49: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

48

Note: GPPB Resolution No. 09-2020 provisions shall apply on the minimum requirements for bidders.

6. PERSONNEL REQUIREMENTS

1. NEDA IX needs one (1) personnel.

2. During the duration of the contract, the number of manpower

requirements may be increased or decreased at the discretion of NEDA

IX, subject to the concurrence of the Service Provider.

7. REQUIRED QUALIFICATION

1 At least High School Level. 2 Professional Driver’s License Holder. 3 Knowledgeable in vehicle maintenance and minor repairs. 4 With at least five (5) years job-related experience. 5 In good health, physically fit and of sound mind.

8. WORKING DAYS/HOURS

1. The above-mentioned personnel shall render eight (8) hours of work

daily, five (5) days a week, from Mondays to Fridays, except on legal holidays and the personnel’s designated rest day. Only the actual number of workdays and man-hours served shall be used for billing purposes.

2. Considering the nature of the job, the working hours of the driver shall be determined by NEDA IX. The driver may be required to render overtime services whenever necessary. Payment for overtime services shall be included in the Service Provider’s billing for the period within which such services have been rendered.

3. Driving services rendered more than the required manhours and during weekends and holidays, which are entitled to travelling allowance, shall no longer be considered for overtime pay.

9. SALARY/WAGE

Drivers carry the burden of ensuring the safety of passengers and office

properties during travels at all times. Furthermore, driving requires special

skills and mental exercise, involving the use of machinery. NEDA IX, by

reason of its functions, demands frequent travel in and out the region to attend

to various activities, either spearheaded by NEDA IX itself or by its

stakeholders. More often than not, travels do overlap and the drivers may even

have to sacrifice their sleeping hours to cater to the needs of the office. On this

note, the services of drivers deserve to be given premium.

Page 50: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

49

In view of the foregoing reasons, the basic salary of the driver is pegged at

Php500.00 per day, exclusive of employer’s contributions to other government

institutions under existing laws.

10. GENERAL CONSIDERATIONS

a. The daily minimum wage rate as determined by the Regional Tripartite Wages and Productivity Board having jurisdiction over the area of operation shall be the benchmark for wages.

b. There shall be no diminution of wages of incumbents. Work

authorized to be performed during legal holiday shall be compensated according to the Labor Code, as amended.

c. Services rendered beyond the required number of hours per day shall

be considered overtime work subject to payment in accordance with the existing provisions of the Labor Code, as amended, and shall be included in the billing.

d. The daily wages shall be adjusted correspondingly if any law, order,

rule or regulations is promulgated or issued increasing the minimum wage or providing for payment of additional employee benefits.

e. The Service Provider shall regularly remit SSS, PhilHealth, and Pag-

IBIG contributions and provide NEDA IX with a copy of the remittances monthly/quarterly. Failure to remit and submit report shall warrant ineligibility in the future bidding of the office.

f. Nothing herein shall be construed as establishing an employer-

employee relationship between NEDA IX and the Service Provider and the latter’s employees who will be assigned to the former. The Service Provider shall at all times be personally and directly responsible for the driving personnel under its employ.

g. Performance of the Service Provider shall be subject to a semi-

annual appraisal system to be administered by NEDA IX. The performance criteria shall be based on the criteria as maybe determined by NEDA IX.

h. To monitor the services and the performance of the driver, the

NEDA IX shall conduct a semi-annual performance review and evaluation.

i. NEDA IX may pre-terminate the contract for failure of the Service

Provider to perform its obligations in accordance with the existing Guidelines on Termination of Contracts issued by the Government Procurement Policy Board.

Page 51: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

50

11. BILLINGS

1. Billings shall be submitted semi-monthly within two (2) days from

the cut-off dates. The cut-off dates shall be as follows: ➢ 15th day of the month

➢ Last day of the month

2. Billings shall be based on the actual number of days worked during

billing period and shall include overtime and premium payments.

12. CONTRIBUTIONS TO PERTINENT AGENCIES

The Service Provider shall submit on a monthly/quarterly basis certified true

copies of proof of payments of all its obligations under the provisions of the SSS

Law, Employees Compensation Act, PhilHealth, Pag-IBIG and other pertinent

statutes presently in force and effect.

13. COST COMPONENTS (MONTHLY)

13.1 There are four (4) major components of the quotation:

1. Direct Labor Cost; 2. Remittances/Contributions to Government Institutions; 3. Administrative Cost (supplies and materials) for driver

only; and 4. Taxes and allowance for profit.

13.1.1 The Direct Labor Cost includes the following:

➢ Basic pay for 8 hours work per day;

➢ 5-day Incentive Leave Pay; and

➢ 13th Month Pay

13.1.2 Contributions to Government Institutions:

➢ SSS Premium contributions;

➢ PhilHealth contributions;

➢ PAG-IBIG;

➢ Employees Compensation Commission (ECC); and

➢ Others as mandated by applicable laws.

13.1.3 Administrative Cost for Driver only

Page 52: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

51

➢ Include Cost for office uniforms. Regular driver supplies

and materials for daily operation will be provided by

NEDA IX.

13.1.4 Taxes and Administrative Cost:

➢ 12% E-VAT as mandated by law; and

➢ 10 % Administrative Cost. Under Section 9(b).ii of DOLE

Department Order No. 18-A, S. 2011, the Service Provider is

allowed a standard administrative cost of not less than 10% of

the total contract cost.

13.2 The indicative breakdown of the salary of a Driver per month is as

follows:

A. AMOUNT PAYABLE TO one (1) Driver:

1. Monthly Rate(500.00x*261days/12month)** P 10,875.00

2. 13th Month Pay (monthly rate / 12 months) 906.25

3. Service Incentive leave (500.00x5/12) 208.33

4. Retirement Benefits per RA 7641

(500.00x22.50/12)

*DOLE Handbook 2020 Edition (261 days applies to personnel who do not work

and are not considered paid on Saturdays and Sundays or rest days.)

937.50

Total gross Amount due P 12,927.08

B. AMOUNT DUE TO GOVERNMENT IN FAVOR OF

MANPOWER:

***SSS (Employer Share) – 8.5% 924.38

EC 10.00

Philhealth – (Employer Share) 1.75% 190.31

Pag-IBIG 150.00

Sub-Total P 1,274.69

C. Gross + Employer’s Share P 14,201.77

Page 53: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

52

D. ADMIN. OVERHEAD (10%) 1,420.18

E. UNIFORM ALLOWANCE 100.00

F. VAT (Dx12%) 170.42

Total Rate per month (c+d+e+f) P 15,892.37

TOTAL RATE for one (1) year P 190, 708.44

**Exclusive of Overtime Pay

***SSS Rate is based on RA 11199 and may be changed subject to the issuance of SSS 2021

contribution schedule. For Philhealth contribution, the rate is of 3.5%, which is based on the

Philhealth Circular No. 2019-0009.

14. SCOPE OF WORK

a. Transports NEDA IX staff and other authorized personnel to and from place

where official business will be transacted;

b. Monitors the status and condition of the NEDA IX vehicles and submit a Request for Repair/Maintenance for the necessary repair and maintenance, which shall include change oil and tune-up, among others;

c. Conducts standard check-up of the vehicle prior to its use, regardless of the destination, i.e. within or out of station;

d. Regularly cleans the vehicles;

e. Prepares the corresponding Trip Tickets for all travels;

f. Ensures that the vehicle is strictly used for official/authorized travels/trips;

g. Finds the most direct and safe route over the available roads to the destination;

h. Immediately informs the immediate supervisor about any physical and/or

mechanical problems that result from normal use or accident, and

subsequently prepares an incident report relative thereto;

i. Ensures that traffic and other rules and regulations pertaining to driving are

adhered to at all times; and

j. Performs any other official duties that may be assigned by the management.

15. OTHER TERMS

Page 54: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

53

a. The personnel deployed by the Service Provider shall be reliable, trained, courteous, cooperative and in possession of Professional Driver’s License and a current NBI Clearance.

b. Relievers and/or replacements shall be made available at all times to ensure

continuous and uninterrupted service. NEDA IX reserves the right to demand replacement of personnel found to be unqualified and/or not performing work satisfactorily.

c. The Service Provider shall consider the requirements/specific personnel

qualifications of NEDA IX in the hiring of personnel to be assigned at the latter. However, the Service Provider may absorb/consider the present personnel whom NEDA IX may recommend.

d. The Service Provider shall answer for and indemnify NEDA IX for the cost

of any damage to or loss of NEDA IX’s property which is due or sustained through the fault of the service personnel.

e. NEDA IX reserves the right to pre-terminate the service contract for violation

by the Service Provider of any of the provisions thereof. f. To ensure that the salaries of the Service Provider’s service personnel are

regularly and timely paid, NEDA IX shall directly pay their salaries which are due and demandable during the respective billing period. The Service Provider shall receive only the amount due for each billing period net of withholding taxes and salaries of its service personnel.

g. The Service Provider shall ensure and guarantee that the benefits of its service

personnel deployed in NEDA IX are properly paid on time.

h. The Service Provider shall ensure that its personnel shall secure their

respective Taxpayer Identification Number (TIN) should they be required under the Internal Revenue Code, in case such has not been secured yet.

i. Provide their assigned driver with appropriate uniform and ensure that said

personnel are neat, well-groomed and in proper attire while in the line of duty,

on official travel and while within the NEDA premises.

16. LIQUIDATED DAMAGES:

Failure to comply with the specifications and terms and conditions of the

agreement and its annual contract will result in the payment of corresponding

penalties/liquidated damages in the amount equal to 1/10 of 1% of the cost of

the unperformed portion for every day of delay. Once the cumulative amount of

liquidated damages reaches 10% of the amount of the contract, NEDA may

rescind the contract, without prejudice to other courses of action and remedies

open to it.

Page 55: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

54

17. DISPUTE RESOLUTION:

a. In the matter of dispute, should any dispute related to the Contract and/or

rights of the parties arise, the same shall be submitted to mutual consultation,

mediation and arbitration, in the order of application. The venue of the

proceedings shall be in Pagadian City.

b. In case of a court suit, the venue shall be the courts of competent jurisdiction

in Pagadian City, to the exclusion of all other courts; and

c. Any amendment or additional terms and conditions to the Agreement and the

Contract must be in writing, signed and acknowledged by the Parties.

18. TIE-BREAKING METHOD

Where, after post qualification, an occurrence of a tie takes place among bidders determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the measure to resolve the case is by “draw lots”.

19. CONFIDENTIALITY CLAUSE:

All information, data and/or documents of, or relating to, NEDA IX which are classified as confidential shall be treated with extreme secrecy by the Service Provider and shall not be communicated or disclosed to any person or entity without prior written clearance from NEDA IX.

In the event that the Service Provider fails to comply with this Confidentiality Clause, NEDA IX shall have the right to seek redress warranted under RA 10173, otherwise known as “Data Privacy Act of 2012”, and other pertinent laws, rules and regulations.

19. GENDER AND DEVELOPMENT:

NEDA IX’s commitment to mainstream Gender and Development concerns in all its programs and activities is considered in the Terms of Reference (TOR). The conduct of problem identification and activity design, women concern and their possible positive/negative, immediate and long-term impact on women and children are considered.

Both women and men are part in the crafting of this TOR. This includes constraints and opportunities related to women and men’s participation in decision making process for procurement-related activities.

Page 56: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

55

Gender-related information is considered in the design and content of this TOR.

The activity is supportive of GAD initiative to address gender gaps and issues, specifically in equal employment opportunities for both women and men and to have an equal opportunity for women and men in planning, implementation and monitoring of this procurement activities.

The gender equality targets and indicators of this TOR are the following:

a. The crafting of this TOR is participated by men and women;

b. The conduct of this procurement planning, implementation and monitoring are delegated, regardless of gender.

c. In the interview, recommendation and hiring, both men and women can participate and can be considered

I hereby certify to comply and deliver all the above requirements.

___________________ ______________________ _________

Name of Company/Bidder Signature over Printed Name of Date Representative

Page 57: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

56

TERMS OF REFERENCE

Provision of Janitorial Services for the National Economic and

Development Authority (NEDA) Region IX

19. RATIONALE

Pursuant to Executive Order No. 366 dated October 4, 2004 “Directing a Strategic Review of the Operations and Organizations of the Executive Branch and Providing Options and Incentives for Government Employees who may be Affected by the Rationalization of the Functions and Agencies of the Executive Branch”, National Economic and Development Authority was reorganized on June 18, 2013. The rationalization has resulted to abolition of plantilla positions for janitors. With the streamlining, the janitorial services were identified as one of the functions which the government has to outsource to maintain its building and premises. Thus, there is a need to outsource janitorial services to augment and support the daily operations of NEDA.

2. GENERAL OBJECTIVE

The National Economic and Development Authority (NEDA) IX seeks to acquire the services of a Service Provider to: 1) Provide good housekeeping services in NEDA IX office and its facilities,

which includes sorting of wastes/garbage and their disposal in accordance with the existing City Ordinance relative to the proper waste disposal;

2) Provide other services when necessary, such as: a) Wash dishes whenever there are office activities; b) Photocopying services; and, c) Other clerical tasks.

3. SCOPE OF WORK

The Service Provider shall perform the required work and provide the services

necessary for the janitorial/sanitation needs of the National Economic and

Development Authority (NEDA) Region IX. Accordingly, the Service Provider

shall provide a minimum of four (4) janitorial personnel.

The coverage of janitorial services includes the following:

1. NEDA IX Building and its premises;

Page 58: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

57

2. Annex Building;

3. Motor pool and Driver’s Quarter;

4. Guard House;

5. Gymnasium; and

6. Parking Areas, Driveways, and Perimeter Fence.

These services shall be rendered with sufficient number of janitors on an eight-

hour (8) basis from Monday to Sunday except holidays for the entire duration of

the agreement.

3. DURATION OF AGREEMENT

The Service Agreement shall be for a period of one (1) year from January 1, 2021 to December 31, 2021 and maybe renewed for FY 2022 and FY 2023 subject to the Service Provider’s satisfactory performance and to the guidelines on the release of funds for the said fiscal years to be issued by DBM.

4. APPROVED BUDGET OF THE CONTRACT

The Approved Budget for the Contract (ABC) pursuant to the FY 2021 National Expenditure Program is FIVE HUNDRED SEVENTY-THREEE THOUSAND SIX HUNDRED NINETY-TWO PESOS AND 10/100 (Php 573,692.10) only. Bid price shall be fixed and shall not be adjusted during contract implementation, except for the following causes:

A. Issuance of a new wage order or law increasing the minimum daily wage;

B. Increase in taxes; and/or

C. Increase or decrease in the number of manpower NEDA IX may require.

In case of adjustment of contract price based on the above conditions, only the amount due to the personnel and the corresponding contributions to government institutions shall be adjusted and NOT the Agency Fee.

5. SERVICE PROVIDER QUALIFICATIONS

The Service Provider shall have the necessary experience and expertise in providing janitorial services. For this purpose, the Service Provider must submit, as part of the eligibility requirements, the following:

A. Registration Certificate from SEC, DTI, or CDA;

B. Valid Mayor’s Permit;

C. Tax Clearance per Executive Order 398, series of 2005, as finally

Page 59: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

58

reviewed and approved by the BIR;

D. DOLE Certificate of Registration as Independent Service Provider;

E. Organization Structure and Company Profile;

F. Comprehensive Housekeeping Plan

G. Certificate of satisfactory services rendered from at least two (2)

clients for the last five (5) years; and

H. Certificate of No Pending/Unpaid remittances for payment due to SSS, PhilHealth, and Pag-IBIG as June 2020.

Note: GPPB Resolution No. 09-2020 provisions shall apply on the minimum requirements for bidders.

6. JANITORIAL AND GROUND PERSONNEL QUALIFICATIONS

The personnel to be deployed shall have the minimum qualifications as follows:

1. Filipino Citizen, of good health and sound mind;

2. At least 21 years old upon deployment/posting

3. At least High School level

4. At least one (1) year job-related experience

5. No previous criminal record

6. Physically fit to work.

7. PERSONNEL REQUIREMENTS

1. NEDA IX shall need four (4) janitorial personnel

2. During the duration of the contract, the number of personnel required

may be increased or decreased based on the need of NEDA IX.

8. WORKING DAYS/HOURS

1. The above-mentioned personnel shall render eight (8) hours of work daily,

six days a week, except on legal holidays and the personnel’s designated rest day. Only the actual number of workdays and man-hours served shall be used for billing purposes.

2. The working hours for janitorial services shall be determined by NEDA IX. However, the Janitors may be required to render overtime services whenever necessary. Payment for overtime services shall be included in the Service Provider’s billing for the period within which such services have

Page 60: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

59

been rendered.

9. DUTIES AND RESPONSIBILITIES OF THE SERVICE PROVIDER

The SERVICE PROVIDER shall:

A. Designate a coordinator or focal person who shall handle all NEDA IX

concerns relative to the services herein engaged;

B. Deploy at least 4 janitors with the minimum qualifications such as:

1. Filipino Citizen, of good health and sound mind;

2. At least 21 years old upon deployment/posting;

3. At least High School level;

4. At-least one (1) year job-related experience;

5. Physically fit to work;

6. No previous criminal record.

The following documentary requirements shall be submitted:

a. NBI Clearance;

b. PNP Clearance;

c. Barangay Clearance;

d. Medical/Health Certificate;

e. Personal Data Sheet.

C. Provide their assigned janitors with appropriate uniforms including

acceptable footwear and appropriate cap/bonnet/hair net and ensure that said

personnel are neat, well-groomed and in proper attire while in the line of

duty and while within the NEDA premises;

D. Secure all necessary government permits and licenses for the performance

of their services;

E. Be civilly liable, after due process, for any loss or damage to property

committed through theft or other surreptitious means or as a result of

fault or negligence of the janitors, which loss or damage is suffered by

NEDA IX or its clients or any of its guests within the client’s premises during

the hours of work of janitors without prejudice to criminal liability of the

janitors, if any. The loss or damage shall be reported to the SERVICE

PROVIDER thru the GSS within 72 hours from discovery thereof;

Page 61: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

60

F. Be liable to NEDA IX and its clients for any interruption in the provision of

the engaged services due to labor problems or other causes other than

fortuitous events;

G. Ensure, except for circumstances where the janitors are required to

provide support service in other areas that these janitors stay in their

respective areas of assignment and perform their tasks diligently. The

Service Provider shall assign a supervisor to the janitors and conduct

routine inspection;

H. Submit on a monthly/quarterly basis certified true copies of proof of

payments of all its obligations under the provisions of the SSS Law,

Employees Compensation Act, PhilHealth, Pag-IBIG and other pertinent

statutes presently in force and effect;

I. Inform NEDA IX in case of absences of manpower and make available

relievers and/or replacements within 24 hours to ensure continuous and

uninterrupted janitorial services;

J. Comply with existing applicable labor laws, rules and regulations and

warrant the payment of salaries and allowances to its janitors within legal

rates mandated by law;

K. Assume full responsibility for any and all claims of its janitors relative to

their employment with the SERVICE PROVIDER and that, in case of

accident, injury or illness incurred in the line of duty, NEDA IX shall not in

any way be made liable by the SERVICE PROVIDER;

L. Provide for the increase or decrease of the number of janitors as required

by NEDA IX from time to time and as the need arises. Likewise, the SERVICE

PROVIDER shall add, change and/or relieve janitors assigned to NEDA IX

within twenty-four (24) hours from receipt of the notification;

M. Ensure that its personnel shall secure their respective Taxpayer

Identification Number (TIN) should they be required under the Internal

Revenue Code, in case such has not been secured yet;

N. Ensure and guarantee that the benefits of its service personnel deployed

in NEDA IX are properly paid on time; and

O. Consider the requirements/specific personnel qualifications of NEDA IX in

the hiring of personnel to be assigned at the latter. However, the Service

Provider may absorb/consider the present personnel whom NEDA IX may

Page 62: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

61

recommend upon thorough evaluation of the latter.

10. DUTIES AND RESPONSIBILITIES OF THE NEDA

A. Through its General Support Service (GSS), NEDA IX shall monitor the

implementation of the Janitorial services in accordance with the

specifications and conditions of the contract;

B. The GSS shall recommend appropriate measures and improvements in the

provision of Janitorial Services by the SERVICE PROVIDER based on the

feedback received;

C. The GSS shall recommend to the management for the increase or decrease

of the number of janitors from time to time as the need arises. The NEDA

IX shall likewise arrange for the change or relief of janitors assigned to NEDA

with due notice to the SERVICE PROVIDER, which the latter agrees to effect

within twenty-four (24) hours from receipt of the notification;

D. To monitor the services and the performance of the janitors, the NEDA IX

shall conduct routine inspection in their respective areas of assignment and

shall semi-annually rate their performance.

E. NEDA IX shall provide for the janitorial supplies and tools to be used during

the course of the contract duration.

11. GENERAL CONSIDERATION

1. The daily minimum wage rate as determined by the Regional Tripartite Wages and Productivity Board having jurisdiction over the area of operation shall be the benchmark for wages.

2. There shall be no diminution of wages of incumbents. Work authorized

to be performed during legal holidays shall be compensated according to the Labor Code, as amended.

3. Services rendered beyond the required number of hours per day shall be

considered overtime work subject to payment in accordance with the existing provisions of the Labor Code, as amended, and shall be included in the billing.

4. The daily wages shall be adjusted correspondingly if any law, order, rule

or regulations is promulgated or issued increasing the minimum wage or providing for payment of additional employee benefits.

Page 63: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

62

5. The Service Provider shall regularly remit SSS, PhilHealth, and Pag-IBIG

contributions and provide NEDA IX with a copy of the remittances monthly/quarterly. Failure to remit and submit report shall warrant ineligibility in the future bidding of the office.

6. Nothing herein shall be construed as establishing an employer-employee

relationship between NEDA IX and the Service Provider and the latter’s employees who will be assigned to the former. The Service Provider shall at all times be personally and directly responsible for the personnel under its employ.

7. Performance of the Service Provider shall be subject to an appraisal

system to be administered semi-annually by NEDA IX. The performance criteria shall be based on the criteria as maybe determined by NEDA IX.

8. NEDA IX may pre-terminate the contract for failure of the Service Provider to perform its obligations in accordance with the existing Guidelines on Termination of Contracts issued by the Government Procurement Policy Board.

12. BILLINGS

o Billings shall be submitted semi-monthly within two (2) days from the cut-off dates. The cut-off dates shall be as follows:

➢ 15th day of the month

➢ Last day of the month

2. Billings shall be based on the actual number of days served during the billing

period and shall include legal holidays with corresponding items of

payments.

13. COST COMPONENTS (MONTHLY)

1. There are four (4) major components of the quotation:

1. Direct Labor Cost; 2. Remittances/Contributions to Government Institutions; 3. Administrative Cost (supplies and materials) for

Janitors/Janitress only; and

4. Taxes and allowance for profit.

13.1.1 The Direct Labor Cost includes the following: 1. Basic pay for 8 hours work per day;

2. 5-day Incentive Leave Pay; and

Page 64: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

63

3. 13th Month Pay

13.1.2 Contributions to Government Institutions:

4. SSS Premium contributions;

5. PhilHealth contributions;

➢ PAG-IBIG;

➢ Employees Compensation Commission (ECC); and

➢ Others as mandated by applicable laws.

13.1.3 Administrative Cost for Janitors/Janitress only

➢ Include Cost for office uniform, protective gears such as

hand gloves, face masks, and aprons. Regular janitorial

supplies and materials for daily operation will be provided

by NEDA IX.

13.1.4 Taxes and Administrative Cost:

➢ 12% E-VAT as mandated by law; and

➢ 10% Administrative Cost. Under Section 9(b).ii of DOLE Department Order No. 18-A, S. 2011, the service contractor is allowed a standard administrative cost of not less than 10% of the total contract cost

2. The indicative breakdown of the salary of a Janitorial Personnel per

month is as follows:

A. AMOUNT PAYABLE TO Janitorial Personnel:

1. Monthly Rate (316.00x*313days/12month)** P 8,242.33

2. 13th Month Pay (Monthly rate/12) 686.86

3. Service Incentive leave (316.00x5/12) 131.67

4. Retirement Benefits per RA 7641

(316.00x22.50/12)

* DOLE Handbook 2020 Edition (313 days applies to personnel who do not work and are not considered paid on Sundays or rest days.)

592.50

Total gross Amount due P 9,653.36

B. AMOUNT DUE TO GOVERNMENT IN FAVOR OF MANPOWER:

***SSS (Employer Share) 8.5% 700.60

EC 10.00

Page 65: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

64

Philhealth (Employer Share) 1.75% 144.24

Pag-IBIG 150.00

Sub-Total P 1,004.84

C. Gross + Employer’s Share P 10, 658.20

D. ADMIN. OVERHEAD (10%) 1,065.82

E. UNIFORM ALLOWANCE 100.00

F. VAT (Dx12%) 127.90

Total Rate per month (C+D+E+F) P 11,951.92

Total Rate per month for 4 Janitors P 47, 807.68

TOTAL RATE for one (1) year P 573, 692.10

**Exclusive of Overtime Pay ***SSS Rate is based on RA 11199 and may be changed subject to the issuance of SSS 2021 contribution schedule. For Philhealth contribution, the rate is of 3.5%, which is based on the Philhealth Circular No. 2019-0009.

14. SCOPE OF WORK

1. Janitors/Janitress

a. Daily Operations

➢ Sanitizing of NEDA IX office building and Annex building.

➢ Sweeping, mopping, spot scrubbing and polishing of all floors.

Common areas such as the main lobby, ingress and egress, and

waiting areas shall be serviced continuously during regular hours

to guarantee cleanliness.

➢ Cleaning and sanitizing of comfort rooms with the use of special

sanitizing and disinfecting agents in washbasins, urinals and toilet

bowls.

➢ Dusting and cleaning of all glass tops, glass doors, window ledges,

furniture and fixtures.

➢ Cleaning of trash receptacles.

➢ Watering of indoor and outdoor plants.

➢ Collecting of waste materials to be disposed of at designated

disposal areas.

➢ Reporting of leaking faucets, busted bulbs.

➢ Assisting in the transfer/rearrangement of tables, chairs, cabinets,

Page 66: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

65

etc.

➢ Performs other related functions as may be assigned from time to

time.

b. Weekly Operations

➢ Thorough general cleaning, sanitizing and disinfecting of all

washrooms and toilets.

➢ Wiping of venetian blinds, interior glass windows and doors.

➢ Cleaning of glass walls and wooden partitions.

➢ Dusting off of light fixtures.

➢ Spraying of insecticides.

c. Monthly Operations

➢ Thorough cleaning of general areas.

➢ Removing of cobwebs on all areas of the NEDA buildings (Office,

Motor pool, Gymnasium).

➢ Wiping of ceiling boards.

➢ Cleaning of maintenance rooms and storage rooms.

➢ Cutting grasses within the NEDA IX premises.

d. Other Duties

➢ Assist in serving foods and wash dishes whenever there are

office activities; and

➢ Other related duties as may be required by NEDA IX or as

maybe included in the NEDA IX Preventive Maintenance Plan.

15. OTHER TERMS

1. Relievers and/or replacements shall be made available at all times to ensure

continuous and uninterrupted service. NEDA IX reserves the right to

demand replacement of personnel found to be unqualified and/or not

performing work satisfactorily. NEDA IX may also recommend to the

Service Provider to absorb/consider specific personnel who are qualified

and competent.

2. HONESTY is imperative for all personnel that shall be deployed by the

Service Provider. The workers should also be reliable, trained, courteous,

cooperative. They must be generally presentable and wear proper uniforms

and IDs.

3. The Service Provider shall answer for and indemnify NEDA IX for the cost

of any damage to or loss of NEDA IX’s property which is due or sustained

Page 67: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

66

through the fault of the Service Personnel. The Service Provider’s

personnel shall submit themselves to bodily search by security guards upon

entering and/or leaving the NEDA IX premises.

4. NEDA IX reserves the right to pre-terminate the service contract for

violation by the Service Provider or its personnel, of any of the provisions

of the contract.

5. To ensure that the salaries of the Service Provider’s service personnel are

regularly and timely paid, NEDA IX shall directly pay their salaries which

are due and demandable during the respective billing period. The Service

Provider shall receive only the amount due for each billing period net of

withholding taxes and salaries of its service personnel.

6. The procurement for manpower services shall be consistent with RA 9184

and its IRR and the GPPB Guidelines on the Procurement of Security and

Janitorial Services pursuant to Resolution No. 24-2007 dated 28 September

2007.

16. AUXILIARY SERVICE

1. The Service Provider should have an auxiliary service which can provide driving services and/or gardening services.

2. NEDA IX may contract out its driving and/or gardening services with the

Service Provider subject to the latter’s compliance agreement of both parties with the terms and conditions which may be required by the former.

3. In case NEDA IX deems the contracting out of driving and/or gardening

services with the Service Provider for the janitorial services to be practical and advantageous to the government, and within the bounds of RA 9184, such service shall be incorporated with the Contract of Agreement for the janitorial services, if applicable.

4. If and when NEDA IX and the Service Provider for janitorial services agree on the auxiliary service, and such agreement is concluded after the contract of agreement for the janitorial services has been perfected, then a separate contract of agreement for driving and/or gardening services will be entered into.

16. LIQUIDATED DAMAGES:

Failure to comply with the specifications and terms and conditions of the

agreement and its annual contract will result in the payment of

corresponding penalties/liquidated damages in the amount equal to 1/10

of 1% of the cost of the unperformed portion for every day of delay. Once

Page 68: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

67

the cumulative amount of liquidated damages reaches 10% of the amount

of the contract, NEDA may rescind the contract, without prejudice to

other courses of action and remedies open to it.

17. DISPUTE RESOLUTION:

A. In the matter of dispute, should any dispute related to the Contract and/or

rights of the parties arise, the same shall be submitted to mutual

consultation, mediation and arbitration, in the order of application. The

venue of the proceedings shall be in Pagadian City.

B. In case of a court suit, the venue shall be the courts of competent

jurisdiction in Pagadian City, to the exclusion of all other courts; and

C. Any amendment or additional terms and conditions to the Agreement and the

Contract must be in writing, signed and acknowledged by the Parties.

18. TIE-BREAKING METHOD

Where, after post qualification, an occurrence of a tie takes place among bidders determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the measure to resolve the case is by “draw lots”.

19. CONFIDENTIALITY CLAUSE:

All information, data and/or documents of, or relating to, NEDA IX which are classified as confidential shall be treated with extreme secrecy by the Service Provider and shall not be communicated or disclosed to any person or entity without prior written clearance from NEDA IX. In the event that the Service Provider fails to comply with this Confidentiality Clause, NEDA IX shall have the right to seek redress warranted under RA 10173, otherwise known as “Data Privacy Act of 2012”, and other pertinent laws, rules and regulations.

19. GENDER AND DEVELOPMENT:

NEDA IX’s commitment to mainstream Gender and Development concerns in all its programs and activities is considered in the Terms of Reference (TOR). The conduct of problem identification and activity design, women concern and their possible positive/negative, immediate and long-term impact on women and children are considered.

Both women and men are part in the crafting of this TOR. This includes constraints and opportunities related to women and men’s participation in decision making process for procurement-related activities.

Page 69: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

68

Gender-related information is considered in the design and content of this TOR.

The activity is supportive of GAD initiative to address gender gaps and issues, specifically in equal employment opportunities for both women and men and to have an equal opportunity for women and men in planning, implementation and monitoring of this procurement activities.

The gender equality targets and indicators of this TOR are the following:

4. The crafting of this TOR is participated by men and women; 5. The conduct of this procurement planning, implementation and

monitoring are delegated, regardless of gender. 6. In the interview, recommendation and hiring, both men and

women can participate and can be considered

I hereby certify to comply and deliver all the above requirements.

___________________ ______________________ _________

Name of Company/Bidder Signature over Printed Name of Date Representative

Page 70: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

69

Section VIII. Checklist of Technical and

Financial Documents

Notes on the Checklist of Technical and Financial Documents

The prescribed documents in the checklist are mandatory to be submitted in the Bid, but

shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State

of Calamity or other similar issuances that shall allow the use of alternate documents

in lieu of the mandated requirements; or

b. Any subsequent GPPB issuances adjusting the documentary requirements after the

effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist

to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to

Section 30 of the 2016 revised IRR of RA No. 9184.

Checklist of Technical and Financial Documents

Page 71: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

70

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

or

⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or

Cooperative Development Authority (CDA) for cooperatives or its equivalent

document,

and

⬜ (c) Mayor’s or 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 (Expired

Business or Mayor's permit with Official Receipt of renewal application

subject to submission of Business or Mayor's permit after award of contract

but before payment is allowed, per GPPB Resolution No. 09-2020);

and

⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved

by the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (f) Statement of the prospective bidder of all its ongoing government and private

contracts, including contracts awarded but not yet started, if any, whether

similar or not similar in nature and complexity to the contract to be bid; and

⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar

to the contract to be bid, except under conditions provided for in Sections

23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the

relevant period as provided in the Bidding Documents; and

⬜ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also a

certification issued by the Insurance Commission;

or

Original copy of Notarized Bid Securing Declaration (Unnotarized Bid

Securing Declaration may be allowed per GPPB Resolution No. 09-2020);

and

⬜ (i) Project Requirements, which shall include the following;

Schedule of Requirements/Framework Agreement List

Technical Specifications

and

⬜ (j) Original duly signed Omnibus Sworn Statement (OSS) (Unnotarized

Omnibus Sworn Statement maybe allowed subject to compliance therewith

after award of contract but before payment is allowed per GPPB Resolution

No. 09-2020;

and if applicable, Original Notarized Secretary’s Certificate in case of a

corporation, partnership, or cooperative; or Original Special Power of

Attorney of all members of the joint venture giving full power and authority

to its officer to sign the OSS and do acts to represent the Bidder.

Page 72: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

71

Financial Documents

⬜ (k) The Supplier’s audited financial statements, showing, among others, the

Supplier’s total and current assets and liabilities, stamped “received” by the

BIR or its duly accredited and authorized institutions, for the preceding

calendar year which should not be earlier than two (2) years from the date of

bid submission; and

⬜ (l) The prospective bidder’s computation of Net Financial Contracting Capacity

(NFCC);

or

A committed Line of Credit from a Universal or Commercial Bank in lieu of

its NFCC computation.

Class “B” Documents

⬜ (m) If applicable, a duly signed joint venture agreement (JVA) in case the joint

venture is already in existence;

or

duly notarized statements from all the potential joint venture partners stating

that they will enter into and abide by the provisions of the JVA in the instance

that the bid is successful.

Additional Documents for Security Services

⬜ (n) “License to Operate” as Security Agency issued by the Supervisory Office

for Security and Investigative Agencies (SOSIA)

(o) Certificate of Membership in the Philippine Association of Detectives and

Protection Agency Operators (PADPAO);

(p) DOLE Certificate of Registration as Independent Service Provider

(q) Organization Structure and Company Profile

(r) Comprehensive Security Plan

(s) Certificate of satisfactory services rendered from at least two (2) clients for

the last five (5) years

(t) Certificate of No Pending/Unpaid remittances for payment due to SSS,

PhilHealth, and Pag-IBIG as of June 2020

Additional Documents for Driving Services

⬜ (u) DOLE Certificate of Registration as Independent Service Provider

(v) Organization Structure and Company Profile

(w) Certificate of satisfactory services rendered from at least two (2) clients for

the last five (5) years

(x) Certificate of No Pending/Unpaid remittances for payment due to SSS,

PhilHealth, and Pag-IBIG as June 2020

Additional Documents for Janitorial Services

⬜ (y) DOLE Certificate of Registration as Independent Service Provider

(z) Organization Structure and Company Profile

(aa) Comprehensive Housekeeping Plan

(bb) Certificate of satisfactory services rendered from at least two (2) clients for

the last five (5) years

Page 73: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

72

(cc) Certificate of No Pending/Unpaid remittances for payment due to SSS,

PhilHealth, and Pag-IBIG as June 2020

25 FINANCIAL COMPONENT ENVELOPE

⬜ (a) Original of duly signed and accomplished Financial Bid Form; and

⬜ (b) Original of duly signed and accomplished Price Schedule(s).

Page 74: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

73

Bidding Forms

Bid Form

Date:

Invitation to Bid No:

To: [name and address of Procuring Entity]

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 [supply/deliver/perform] [description of the Goods] 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 and it shall remain binding upon us and may be accepted at any

time before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to

this Bid, and to contract execution if we are awarded the contract, are listed below:3

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

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.

Page 75: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

74

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 of the Bidding Documents.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

____________________________

Page 76: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

75

PRICE SCHEDULE For Goods Offered From Within the Philippines

Name of Bidder . Invitation to Bid Number . Page

of .

1 2 3 4 5 6 7 8 9 10 Item Descript

ion Country of origin

Quantity Unit price

EXW per

item

Cost of local

labor, raw

material, and

componen

t2

Total price

EXW

per item

(cols. 4

x 5)

Unit prices per item final

destination

and unit price of other

incidental

services

Sales and other taxes

payable

per item if Contract is

awarded

Total Price delivered

Final

Destination (col 8 + 9)

x 4

Page 77: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

76

Statement of Single Largest Completed Contract which is similar

in nature

Business Name : ___________________________________________

Business Address : __________________________________________

Name of Date of the Kinds of

Good Amount of Date of

Delivery End User’s Contract Contract Contract Acceptance or

Official Receipt(s) Issued for the Contract

Submitted by : ________________________________________________

(Printed Name and Signature)

Designation : ________________________________________________

Date : ________________________________________________

Instructions:

a) State the single largest completed contract (government or private) within

two (2) years prior to bid opening.

Page 78: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

77

List of all Ongoing Government & Private Contracts including

Contracts awarded but not yet started

Business Name : _______________________________________________

Business Address : ______________________________________________

Name of Contract Date of the Kinds of Good Amount of Contract /

Value of Outstanding Date of Delivery Contract Contracts

Government

Private

Submitted by : ________________________________________________

(Printed Name and Signature)

Designation : ________________________________________________

Date : ________________________________________________

Instructions:

a) State all ongoing contracts including those awarded but not yet started

(government and private contracts which may be similar or not similar to

the project being bid).

b) If there is no on-going contract including awarded but not yet started as of the aforementioned period, state none or equivalent term.

c) The total amount of the on-going and awarded but not yet started

contracts should be consistent with those used in the Net Financial

Contracting Capacity (NFCC).

Page 79: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

78

BID SECURING DECLARATION

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: [Insert name and address of the Procuring Entity]

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 Declaration, within fifteen (15)

days from receipt of the written demand by the Procuring Entity for the

commission of acts resulting to the enforcement of the Bid Securing

Declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of

the IRR of RA 9184; without prejudice to other legal action the government

may undertake.

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/we failed to timely file a request for reconsideration or

(ii) I/we filed a waiver to avail of said right;

Page 80: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

79

(c) I am/we are declared as the bidder with the Lowest Calculated and

Responsive Bid/Highest Rated and Responsive Bid, 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].

[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 Community Tax Certificate 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. _______

Page 81: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

80

Book No._______

Series of _______

NFCC COMPUTATION FORMAT A. Summary of the Applicant Supplier’s/Distributor’s/Manufacturer’s assets

and liabilities on the basis of the attached income tax return and audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue or BIR authorized collecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly the list of construction equipment.

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)

b. 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 = 15

Herewith attached are certified true copies of the income tax return and audited financial statement: stamped “RECEIVED” by the BIR or BIR authorized collecting agent for the immediately preceding year.

Submitted by:

Name of Supplier/Distributor/Manufacturer

Signature of Authorized Representative

Date : __________________________

Note: If partnership or Joint Venture, each partner or member firm of Joint Venture shall submit the above requirements.

Page 82: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

81

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFF IDAV IT

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

the [Name of the Procuring Entity];

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] is authorizing the Head of the Procuring Entity or its duly

authorized representative(s) to verify all the documents submitted;

Page 83: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

82

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;

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; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of

the Project].

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

[JURAT]

Page 84: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

83

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________ ) S.S.x----------------------------------------------

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]

To: [Insert name and address of the Procuring Entity]I/We, the undersigned, declare

that:

1.I/We understand that, according to your conditions, to guarantee the

faithful performance by the

supplier/distributor/manufacturer/contractor/consultant of its obligations under

the Contract, I/we shall submit a Performance Securing Declaration within a

maximum period of ten (10) calendar days from the receipt of the Notice of Award

prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding

for any procurement contract with any procuring entity for a period of one (1) year

if in case it is my first offense, or two (2) years if I have a prior similar offense upon

receipt of your Blacklisting Order if I/we have violated my/our obligations under

the Contract.

3.I/We understand that this Performance Securing Declaration shall cease to

be valid upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance,

subject to the following conditions:

i. Procuring Entity has no claims filed against the contract

awardee;

ii. It has no claims for labor and materials filed against the

contractor; and

iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a

performance security in any of the prescribed forms under Section 39.2

of the 2016 IRR of RA No. 9184 as required by the end-user.

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

Page 85: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

84

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

of execution], Philippines.

Page 86: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

85

ANNEX A

SEALING AND MARKING OF BIDS

TECHNICAL COMPONENT FINANCIAL COMPONENT

Page 87: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

86

MARKINGS FOR MOTHER ENVELOPE

(BIDDER’S COMPANY NAME)

(COMPANY’S OFFICE ADDRESS)

PUBLIC BIDDING FOR (PROJECT TITLE)

THE CHAIRPERSON

BIDS AND AWARDS COMMITTEE

NATIONAL ECONOMIC AND

DEVELOPMENT AUTHORITY IX

REGIONAL GOVERNMENT CENTER,

BALINTAWAK, PAGADIAN CITY,

ZAMBOANGA DEL SUR

DO NOT OPEN BEFORE (TIME AND DATE OF BID OPENING)

Page 88: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

87

MARKINGS FOR TECHNICAL COMPONENT

ORIGINAL COPY/COPY NO. ________

(BIDDER’S COMPANY NAME)

(COMPANY’S OFFICE ADDRESS)

PUBLIC BIDDING FOR (PROJECT TITLE)

TECHNICAL COMPONENT

THE CHAIRPERSON BIDS AND

AWARDS COMMITTEE

NATIONAL ECONOMIC AND

DEVELOPMENT AUTHORITY

IX REGIONAL GOVERNMENT

CENTER, BALINTAWAK,

PAGADIAN CITY,

ZAMBOANGA DEL SUR

Page 89: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

88

MARKINGS FOR FINANCIAL COMPONENT

ORIGINAL COPY/COPY NO. ________

(BIDDER’S COMPANY NAME)

(COMPANY’S OFFICE ADDRESS)

PUBLIC BIDDING FOR (PROJECT TITLE)

FINANCIAL COMPONENT

THE CHAIRPERSON BIDS

AND AWARDS COMMITTEE

NATIONAL ECONOMIC

AND DEVELOPMENT

AUTHORITY IX REGIONAL

GOVERNMENT CENTER,

BALINTAWAK, PAGADIAN

CITY, ZAMBOANGA DEL

SUR

Page 90: Procurement of General Support Services (Janitorial, Security, and …nro9.neda.gov.ph/wp-content/uploads/2020/10/NEDA-IX... · 2020. 10. 14. · GFI – Government Financial Institution.

89