Certificate of Employment

Certificate of Employment

Republic of the Philippines

OFFICE OF THE OMBUDSMAN – MINDANAO

4th Floor H & C Bldg., Alvarez St., Davao City

Tel. Nos. (082) 2213431-33 / Fax No. (082) 2213938

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID

The OFFICE OF THE DEPUTY OMBUDSMAN FOR MINDANAO, through its Bids and Awards Committee (BAC), now invites all interested Service Agencies to Bid for the services of Ten (10) Clerical/Support Staff for the Office of the Deputy Ombudsman for Mindanao, DavaoCity, for the period August to December 2010. Approved Budget Cost is P 425,000.00.

Prospective bidders should have experience in undertaking a similar contract within the last two (2) years.The Eligibility Check/Screening as well as the Preliminary Examination of Bids shall use non-discretionary “pass/fail” criteria.

All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security,Evaluation of Bids, Post-Qualification and Award of Contract shall be governed by the pertinent provisions of RA 9184 and its Implementing Rules and Regulations (IRR).

The complete schedule of activities is listed, as follows:

1. Advertisement/Posting of Invitation to Apply for -July 02 to 09, 2010

Eligibility and to Bid AND Issuance of Eligibility

& Bidding Documents

2. Deadline of submission of Eligibility -July 13, 2010 at 2:00 P.M.

Documents and Bids

3. Opening of Bids -July 13, 2010 at 2:30 P.M.

Interested Bidders may obtain further information from the office of the Ombudsman, inspect and or / purchase the Bidding Documents including instruction to Bidders upon payment of a non-refundable fee of Five Hundred Pesos Only. ( P 500.00) to the cashier of the Office of the Ombudsman for Mindanao, 4th Floor, H&C Bldg., Alvarez St., Davao City from 8:00 AM to 5:00 PM from July 02 to10, 2010.

The Bidding documents shall be received personally by the prospective bidder or his authorized representative.

Bids and eligibility requirements must be delivered at the above address on or before July 13, 2010 at 2:00 P.M. and must be accompanied by a Bid Security in the form of Cash, Certified Check, Cashier’s Check or Manager’s Check and in an amount not less than one percent (1%) of the ABC which must be put inside the envelope.

The Office of the Deputy Ombudsman for Mindanao reserves the right to accept or reject any Bid, to annul the bidding process, and to reject all Bids at any time prior to contract award, without incurring any liability to the affected bidder or bidders.

01 July 2010

MARIA ILUMINADA LAPID-VIVA

Acting Director IV/Chairman of the BAC

Republic of the Philippines

OFFICE OF THE OMBUDSMAN – MINDANAO

4th Floor H & C Bldg., Alvarez St., Davao City

BID PROPOSAL FOR SUPPORT STAFF FOR 2009

Good for 07 Support staff

( February to June 2009)

  1. Amount directly to the employee:

(Employee not considered paid on Saturdays, Sundays or Rest days)

Minimum Wage (Php.______)

EMR – Equivalent Monthly Rate

Where 262 days:

248 days = Ordinary

11 days = regular holidays

3 days = 3 Special days (if worked is equivalent to 3.9 days) x 130%

262 days = Total Equivalent Number of Days

1. Basic average Monthly Salary:

EMR = ADR x 262 days

12mos. Php.______

2. COLA/day x 262 days

12 months Php.______

Php.______

3. 13th month Pay (Php.______mo.sal./12mos.) Php.______

Sub total Php.

B. Amount to Government in favor of the employee:

  1. SSS Premium (Employer’s share) Php ______
  2. Phil health ______
  3. ECC ______
  4. Pag-ibig ______Php______

Total amount Paid to employee & Gov’t Php.

C. Others factors:

  1. Agency Administrative & Miscellaneous Expenses &

Margin of Profit (should not be more that Php.800.00)

  1. Tax(es) - P______

______Php. ______

Grand Total Per Support Staff per month Php

======

13 Support Staff x Php.______/mo=______x 5 months

Php______Total Bid Price for five (5) months

I hereby certify that all laws regarding the minimum wage, SSS, Pag-ibig,ECC, Philhealth, BIR, etc. including the Implementing Rules and Regulations (IRR-A) of R.A. 9184 shall be strictly followed in the submission of this bid proposal.

I hereby certify further that my/our agency has no pending case(s) with the aforesaid offices of the government.

Bid Proposal Submitted:

By:

______

Signature of Authorized Representative

______

Name of Authorized Representative

______

NAME OF AGENCY

NOTE: The Approved Budget for the Contract (ABC) under bidding shall be the upper limit or ceiling for acceptable bid prices. If a bid price, as evaluated and calculated in accordance with the IRR-A of R.A. 9184, is higher than the approved budget for the contract under bidding, the bidder submitting the same shall be automatically disqualified.

Republic of the Philippines

OFFICE OF THE DEPUTY OMBUDSMAN FOR MINDANAO

4th Level, H & C Bldg., Alvarez St., Davao City

INSTRUCTIONS TO BIDDER

  1. The prospective bidders are required to submit on or before 30 January 2009, to the Office of the Deputy Ombudsman for Mindanao, Bids and Awards Committee, the following data/documents:

FIRST ENVELOPE (Eligibility Documents)

(Class A documents)

  1. DTI Business name registration or SEC registration certificate;
  2. Valid and current Mayor’s permit/municipal license;
  3. Taxpayer’s Identification Number (TIN);
  4. Statement of the prospective bidder that it is not “blacklisted” or barred from bidding by the Government or any of its agencies, offices, corporations or LGUs, including non-inclusion in the Consolidated Blacklisting Report issued by the GPPB, once released in accordance with the guidelines to be issued by the GPPB as provided in Section 69 of this IRR-A; ( Notarized)
  5. Statement of completed and on-going contract ( Government & Private) for the last two (2) years; ( Notarized)
  6. Audited Financial Statements for the immediately preceding fiscal year;
  7. Computation of Net Financial Contracting Capacity or cash deposit certificate or commitment to credit line; and
  8. Income Tax Return for the Quarter Ending September 30, 2008.

(Class B Documents)

  1. Valid joint venture agreement, if any
  2. Letter authorizing the BAC to verify all submitted documents

SECOND ENVELOPE (Technical Documents)

  1. Bid Security as to form, amount (must be at least equal to 1 % of the ABC as advertised and validity period;
  1. Authority of the Signatory;
  1. Manpower requirements;
  1. Certification under oath of compliance with labor laws;
  1. Disclosure affidavit;
  1. Statement of compliance with responsibilities of bidder; and

g.See list of attached additiRepublic of the Philippines

OFFICE OF THE DEPUTY OMBUDSMAN FOR MINDANAO

4th Level, H & C Bldg., Alvarez St., Davao City

INSTRUCTIONS TO BIDDER

  1. The prospective bidders are required to submit on or before 28 January 2009, to the Office of the Deputy Ombudsman for Mindanao, Bids and Awards Committee, the following data/documents:

FIRST ENVELOPE (Eligibility Documents)

(Class A documents)

  1. DTI Business name registration or SEC registration certificate;
  2. Valid and current Mayor’s permit/municipal license;
  3. Taxpayer’s Identification Number (TIN);
  4. Statement of the prospective bidder that it is not “blacklisted” or barred from bidding by the Government or any of its agencies, offices, corporations or LGUs, including non-inclusion in the Consolidated Blacklisting Report issued by the GPPB, once released in accordance with the guidelines to be issued by the GPPB as provided in Section 69 of this IRR-A; ( Notarized)
  5. Statement of completed and on-going contract ( Government & Private) for the last two (2) years; ( Notarized)
  6. Audited Financial Statements for the immediately preceding fiscal year;
  7. Computation of Net Financial Contracting Capacity or cash deposit certificate or commitment to credit line; and
  8. Income Tax Return for the Quarter Ending September 30, 2008.

(Class B Documents)

  1. Valid joint venture agreement, if any
  2. Letter authorizing the BAC to verify all submitted documents

SECOND ENVELOPE (Technical Documents)

  1. Bid Security as to form, amount (must be at least equal to 1 % of the ABC as advertised and validity period;
  1. Authority of the Signatory;
  1. Manpower requirements;
  1. Certification under oath of compliance with labor laws;
  1. Disclosure affidavit;
  1. Statement of compliance with responsibilities of bidder; and
  1. See list of attached additional requirements.

THIRD ENVELOPE (Financial Proposal)

. Financial proposal

. Bid prices in Bill of Quantities in the prescribed Bid Form

. The recurring and the maintenance costs, if applicable

  1. It is understood that if discrepancies are found in the information submitted, the same shall be considered unsatisfactory, and the prospective bidder shall be ineligible to bid until the discrepancies are satisfactorily explained.
  1. All bids/proposal/quotations shall be signed by the bidder. The bidder shall submit three (3) sealed envelopes; the first envelope containing the Eligibility Documents, the second envelope shall contain the Technical/Manpower Proposal, while the third shall contain the FinancialProposal.The Bidder shall mark the three (3) sealed envelopes “Do not open before January 28, 2009”. The envelopes shall then be sealed in an outer envelope, addressed to the Bids and Awards Committee, Office of the Ombudsman, Mindanao.
  1. The bid form shall be accomplished in one (1) copy, preferably typewritten. All blank spaces shall be filled properly and fully. It must contain all the information and data required.
  1. Each erasure or change must be initialed by the person signing the bid/tender.
  1. Unless otherwise stated in the call for bids, all bid prices must be in Philippine Currency, inclusive of all government taxes, fees or duties, if any, and all incidental expenses.
  1. Price quotations must be certain and definite in amount. Bids with conditions which would tend to make the quoted price uncertain, like: subject to increase or decrease of the present rate of “exchange” or other of similar imports, incorporated in tender or offer shall not be considered.
  1. Bid prices shall be written in words and figures. The price in words shall prevail. In case of discrepancy in the unit and the extension hereof, the unit price governs.
  1. Bids shall be valid, binding and effective for at least three (3) months from the time of submission of bids.
  1. Bids shall be signed by a responsible officer of the company or firm authorized for the purpose whose name and designation must be clearly indicated in the bid. Bids not properly signed by the bidder or his duly authorized representative, shall not be considered.
  1. The government assumes no obligation whatsoever to compensate or indemnify the bidders for any expense or loss they may incur in the preparation of their proposals, nor does the government guarantee that an award will be made under those Bid Documents.
  1. Bid Security in the form of cash or check (Certified/Manager’s check), payable to the Office of the Deputy Ombudsman for Mindanao, in the amount equivalent to one percent 1% of ABC, shall be included inside the Second Envelope. A bid security is a guarantee that the successful bidder will not default on its offer, and enter into contract with the procuring entity within (10) calendar days or less as indicated in the ITB, from receipt of Notice of Award and furnish the performance security provided for in the section 39 of the Act and its IRR-A. Bid Security shall be valid for reasonable period as determined by the head of the procuring entity concerned, but in no cases shall exceed one hundred twenty (120) calendar days following the opening of the bids.
  1. No bid securities shall be returned to bidders after the opening of bid and before contract signing, except to those that failed to comply with any of the requirements submitted in the technical envelope of the bids. Without prejudice to the provisions of the law allowing forfeiture of bid securities, bid securities shall be returned only after the bidder with the LCRB has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity indicated in the ITB.
  1. A proposal without the necessary bidder’s bond may be rejected.
  1. Bids shall be dropped in the bid box at the Administrative Division, Office of the Deputy Ombudsman for Mindanao, Alvarez St., Davao City on or before 28 January 2009 at 2:00 p.m.
  1. A bidder shall be allowed to withdraw his bid prior to the time set for its opening, provided he communicates his purpose in writing. In this case, the bid shall be returned to him unopened. No bid can be withdrawn for any reason whatsoever after the opening of bids has commenced.
  1. The bidder shall be responsible for having taken steps to carefully examine all the contract documents, to have fully informed himself with all conditions, local and otherwise, relative to the delivery of the items. Failure to do so will be at the bidder’s risk.
  1. It shall be the sole responsibility of the bidders to determine and satisfy themselves by such means they consider necessary or desirable in connection with all the matters pertaining to the bidding.
  1. The BAC shall not assume any responsibility regarding erroneous interpretations or conclusions obtained by the bidder out of the data furnished by the BAC.
  1. The Office of the Deputy Ombudsman for Mindanao reserves the right to fully examine the competence and responsibility of the bidder at any time before the award of the purchase order by any means and to reject any bid when statements as to business and technical organization or financial resources have been found to be false and/or fabricated and in the BAC’s opinion would justify rejection.
  1. Bids will be opened on 28 January 2009 at 2:30 P.M.. Bidders who may desire to attend such opening shall be allowed.
  1. Immediately after the opening of the bids, the BAC shall undertake a thorough study and appraisal of the proposals submitted. The Contract will be awarded to the bidder whose bid is considered most advantageous to the Government.
  1. The Office of the Deputy Ombudsman for Mindanao reserves the right to reject any or all bids, to waive any formality in the bids received, and to disregard any bid which is obviously unbalanced. The right is also reserved to reject the bid of the bidder who (a) has previously failed to satisfactorily perform or complete any contract undertaken by him; (b) was prequalified on the basis of suppressed or false information.

ADDENDUM (Instructions to Bidder)

ELIGIBILITY DOCUMENTS

. DTI Business name registration or SEC registration certificate

. Valid and current Mayor’s permit

. Taxpayer’s Identification Number

. Statement that prospective bidder is not blacklisted by any govt agency

. Statement of completed and on-going contracts (govt and private)

within the specified period

. Audited financial statements for the immediately preceding year

. Computation of Net Financial Contracting Capacity or cash deposit certificate or

commitment to credit line

. Letter authorizing the Bids and Awards Committee to verify all submitted

documents

(Note: All documents (Class A & B) should be notarized

TECHNICAL ENVELOPE:

. Eligibility Documents

. Bid Security as to form, amount

. Authority of Signatory

. Production Delivery Schedule

. Manpower Requirements

. After Sales, Service/Parts

. Technical Specifications

. Certificate under oath of compliance with labor laws;

. Disclosure affidavit

. Statement of compliance with responsibilities of bidder

FINANCIAL ENVELOPE

. Financial proposal / bid prices

. Bid prices in Bill of Quantities in the prescribed Bid Form

. The recurring and the maintenance costs, if applicable

Republic of the Philippines

OFFICE OF THE OMBUDSMAN

Mindanao

4th Floor H & c Bldg., Alvarez St., Davao City

CHECKLIST OF ELIGIBILITY REQUIREMENTS FOR BIDDERS

LEGAL DOCUMENTS:

1. Department of Trade and Industry (DTI) business name registration or SEC Registration Certificate, whichever may be appropriate under existing laws of the Philippines, supported with the necessary information using the prescribed forms.

2. Valid and current Mayor’s permit/Municipal license.

3. BIR Registration Certificate, which contains the Taxpayer’s Identification Number.

4. Statement of the prospective bidder that it is not “blacklisted” or barred from bidding by the Government or any of its agencies, offices, corporations or LGU’s, including non-inclusion in the Consolidated Blacklisting Report issued by the GPPB or CIAP.

5. Articles of Incorporation, Partnership or Cooperative, whichever is applicable, including amendments thereto, if any.

6. Sworn affidavit of the bidder that is not related to the head of procuring entity, members of the BAC, TWG and Secretariat and members of the PMO, and the designers of the project, by consanguinity or affinity up to the third degree.

7. Valid joint venture agreement, in case of joint venture.

8. Letter authorizing the BAC or its duly authorized representative/s to verify any or all of the documents submitted for eligibility check.

9. Certification under oath that each of the documents submitted in satisfaction of the eligibility requirements is an authentic and original copy, or a true and faithful reproduction of the original, complete and that all statements and information provided therein are true and correct.

TECHNICAL DOCUMENTS:

  1. Statement of ongoing and similar completed government and private contracts within the period specified in the IAEB ( Invitation to Apply for Eligibility and to Bid) including contracts awarded but not yet started.
  2. List of bidder’s key personnel, such as manager, supervisor etc., may be used for the proposed project.
  3. List of available equipment that he owns, has under lease, and/or has under purchase agreements, that may be used for the compliance of the services which is the subject of the bidding;

Page 3 of 7 pages

FINANCIAL DOCUMENTS:

  1. Audited financial statement, stamped “ received” by the BIR or its duly accredited and authorized institutions, for the immediate preceding calendar year, showing among others the total assets and liabilities.
  1. Computation of Net Financial Contracting Capacity (NFCC), or:
  1. Certificate of commitment specific to the contract at hand, issued by a licensed bank to extend to the bidder a credit line if awarded the contract, or:
  1. A cash deposit certificate certifying a hold out on cash deposits issued by a licensed bank, which shall also be specific to the contract to be bid, in an amount not lower than that set by the procuring entity in the Bidding Documents, which shall be at least equal to ten percent (10%) of the approved budget for the contract.

ADDITIONAL REQUIREMENTS FOR THE PROCUREMENT OF SERVICES

1. SSS Certification to the effect that the bidder has been regularly paying an updated premium, remittances;

  1. Philhealth Certification of regular monthly or quarterly updated remittances by the bidder;
  1. Pag-ibig Certification or regular monthly or quarterly updated remittances by the bidder;
  1. Latest DOLE clearance that there is no pending case;
  1. Latest NLRC clearance that there is no pending case;
  1. Latest BIR tax clearance of updated payment; and
  1. License to Operate, for the Security Agencies.

Page 4 of 7 pages