PROVISION OF JANITORIAL SERVICES FOR DFPC MANILA

BID BULLETIN

As of 04 December 2017

ADDENDUM NO. PJM-001

As a result of the Pre-Bid Conference held on 29 November 2017, the Bids and Awards Committee of Duty Free Philippines Corporation would like to notify all prospective bidders of the following revisions, forms/documents to be included in the submission of their bid for the Provision of Janitorial Services for DFPC Manila.

1.  Bid Data Sheet (BDS) under Instruction to Bidders (ITB) Clause 13.1(c)

From:

No additional requirements.

To:

1.  Cost Distribution per Month (Refer to Bidding Form 6, original).

2.  Monthly Material Cost Breakdown (Refer to Bidding Form 7, original).

2.  BDS under ITB Clause 21

From:

The deadline for Submission of Bids is on

11 December 2017 at 2:00PM.

To:

The deadline for Submission of Bids is on

11 December 2017 at 10:00AM.

3.  BDS under ITB Clause 24.1

From:

The date and time of Bid opening is on:

11 December 2017 at 2:15PM.

To:

The date and time of Bid opening is on

11 December 2017 at 10:15AM.

4.  BDS under ITB Clause 28.3(a)

From:

Partial bid is not allowed. The goods are grouped in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.

To:

Partial bids are allowed. All Goods are grouped in lots listed below. Bidders shall have the option of submitting a proposal on any or all lots and evaluation and contract award will be undertaken on a per lot basis. Lots shall not be divided further into sub-lots for the purpose of bidding, evaluation, and contract award.

In all cases, the NFCC computation, if applicable, must be sufficient for all the lots or contracts to be awarded to the Bidder.

Lot 1: Janitorial Services for DFPC Fiestamall Store and EHA Building

Lot 2: Janitorial Services for DFPC Integrated Warehouse, NAIA Terminal 1, 2, 3 & SM Luxe

5.  Special Conditions of the Contract (SCC) under General Conditions of the Contract (GCC) Clause 16.1

From:

The screenings to be conducted are:

1.  Interview of janitor/messenger to be deployed;

2.  Assessment and evaluation of credentials:

a. Bio data

b.  Birth Certificate;

c.  Medical Certificate with drug test results

d.  Health Certificate

e.  Local and National Agency Clearances to be provided yearly (NBI, Police and Barangay clearance).

To:

The screenings to be conducted are:

1.  Interview of janitor/messenger to be deployed;

2.  Assessment and evaluation of credentials:

a.  Bio data

b.  Birth Certificate;

c.  Health Certificate from Parañaque City Health Officer (upon deployment and every January and July)

d.  Local and National Agency Clearances to be provided yearly (NBI, Police and Barangay clearance).

6.  The revised VII. Technical Specifications for both Lots supersedes the previously issued. Please see attached Annex A.

7.  The revised Bidding Form No. 5, Price Schedule for both Lots supersedes the previously issued. Please see attached Annex B.

8.  The revised Bidding Form No. 6, Cost Distribution Per Month supersedes the previously issued. Please see attached Annex C.

All other provisions, requirements, forms/documents, except the forgoing revisions/modifications, shall remain in full force and effect.

MICHAEL JAMES V. CHUA

BAC Chairperson

Annex A

VII. Technical Specifications

Lot 1 - Janitorial Services for Fiestamall and EHA Building

1.  Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3.1 (a.2) and/or GCC Clause 2.1 (a.2).

MINIMUM QUALIFICATIONS/SPECIFICATIONS / STATEMENT OF COMPLIANCE
JANITOR
▪  Able to read and write
▪  Minimum age of Eighteen (18) years old
▪  Physically fit to do strenuous activities
▪  No derogatory record
▪  Properly trained in using maintenance equipment and cleaning material
EQUIPMENT
▪  All electrical equipment to be used at the project site should be brand new or at least utilized for not more than one (1) year
▪  All electrical equipment should be rated 220V/60Hz
▪  High speed polisher should be at least 1500 rpm
▪  Heavy duty polisher should be at least 750 rpm

Note: As evidence of compliance, an undertaking should be submitted stating that if awarded the contract; all electrical equipment to be provided to the Procuring Entity is not more than one (1) year old.

The screenings to be conducted are:

A.  Interview of janitor/messenger to be deployed;

B.  Assessment and evaluation of credentials:

a.  Bio data

b.  Birth Certificate;

c.  Local and National Agency Clearances to be provided yearly (NBI, Police and Barangay clearance).

d.  Health Certificate from Parañaque City Health Officer (upon deployment and every January and July).

2.  The service provider/contractor shall maintain a satisfactory level of performance throughout the term of the contract, subject to assessment or evaluation by the procuring entity before end of each year. The procuring entity may pre-terminate the contract for failure by the service provider/contractor to perform its obligations based on the prescribed set of performance criteria, as follows;

A.  Quality of Service Delivered

B.  Work Attitude of Personnel

C.  Over-all Rating

ADDITIONAL DOCUMENTARY REQUIREMENTS TO BE SUBMITTED ON THE DATE OF OPENING OF BIDS:

1.  Current SSS Clearance on full and timely payment of employee/employer contributions (R3) for the last quarter (July to September 2017) prior to opening of bids.

2.  Certificate of no pending case before the National Labor Commission or in the event of incurring pending case, the same is subject for verification by the End-User to establish its veracity and determine if a decision to be made is giving favorable decision for the said janitorial service provider or no adverse effect to it.

3.  Certificate of Site Inspection or Affidavit of Site Inspection (if applicable) (Refer to Bidding Form No. 10 or No. 11)

4.  Housekeeping Plan.

______

Signature over printed name Position

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

Annex A

VII. Technical Specifications

Lot 2 - Janitorial Services for Integrated Warehouse, NAIA 1, 2 & 3 Store and SM Luxe

1.  Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3.1 (a.2) and/or GCC Clause 2.1 (a.2).

MINIMUM QUALIFICATIONS/SPECIFICATIONS / STATEMENT OF COMPLIANCE
JANITOR
▪  Able to read and write
▪  Minimum age of Eighteen (18) years old
▪  Physically fit to do strenuous activities
▪  No derogatory record
▪  Properly trained in using maintenance equipment and cleaning material
EQUIPMENT
▪  All electrical equipment to be used at the project site should be brand new or at least utilized for not more than one (1) year
▪  All electrical equipment should be rated 220V/60Hz
▪  Heavy duty polisher should be at least 750 rpm

Note: As evidence of compliance, an affidavit should be submitted stating that if awarded the contract; all electrical equipment to be provided to the Procuring Entity is not more than one (1) year old.

The screenings to be conducted are:

A.  Interview of janitor/messenger to be deployed;

B.  Assessment and evaluation of credentials:

a.  Bio data

b.  Birth Certificate;

c.  Local and National Agency Clearances (NBI, Police and Barangay clearance).

d.  Health Certificate from Parañaque City Health Officer (upon deployment and every January and July).

2.  The service provider/contractor shall maintain a satisfactory level of performance throughout the term of the contract, subject to assessment or evaluation by the procuring entity before end of each year. The procuring entity may pre-terminate the contract for failure by the service provider/contractor to perform its obligations based on the prescribed set of performance criteria, as follows;

A.  Quality of Service Delivered

B.  Work Attitude of Personnel

C.  Over-all Rating

ADDITIONAL DOCUMENTARY REQUIREMENTS:

1.  Current SSS Clearance on full and timely payment of employee/employer contributions (R3) for the last quarter (July to September 2017) prior to opening of bids.

2.  Certificate of no pending case before the National Labor Commission or in the event of incurring pending case, the same is subject for verification by the End-User to establish its veracity and determine if a decision to be made is giving favorable decision for the said janitorial service provider or no adverse effect to it.

3.  Certificate of Site Inspection or Affidavit of Site Inspection (if applicable) (Refer to Bidding Form No. 11 or No. 12)

4.  Housekeeping Plan.

______

Signature over printed name Position

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

Annex B

Bidding Form No. 5
Lot 1

PRICE SCHEDULE

Name of Bidder ______

1 / 2 / 3 / 4 / 5 / 6 / 7
Item / Description / Assignment / QTY / Monthly Rate per Worker / Monthly Price
Per item
cols. 4 x 5 / Annual Price
per Item
cols. 6 x 12
0 / Sample / Sample / 3 / PhP7,000.00 / PhP21,000.00 / PhP282,240.00
1 / Janitor / Fiestamall
(7 days workweek) / 35
2 / Janitor / EHA Bldg.
(6 days workweek) / 23
3 / Equipment & Materials / 1 Lot
GRAND TOTAL: / PhP

______

Signature over printed name Position

Duly authorized to sign this Price Schedule for and on behalf of ______

Date: ______

Annex B

Bidding Form No. 5
Lot 2

PRICE SCHEDULE

Name of Bidder ______

1 / 2 / 3 / 4 / 5 / 6 / 7
Item / Description / Assignment / QTY / Monthly Rate per Worker / Monthly Price
Per item
cols. 4 x 5 / Annual Price
per Item
cols. 6 x 12
0 / Sample / Sample / 3 / PhP7,000.00 / PhP21,000.00 / PhP282,240.00
1 / Janitor / Integrated Warehouse
(6 days workweek) / 11
2 / Janitor / NAIA Terminal 1
(7 days workweek) / 12
3 / Janitor / NAIA Terminal 2
(7 days workweek) / 6
4 / Janitor / NAIA Terminal 3
(7 days workweek) / 14
5 / Janitor / SM Luxe
(7 days workweek) / 5
6 / Equipment & Materials / 1 Lot
GRAND TOTAL: / PhP

______

Signature over printed name Position

Duly authorized to sign this Price Schedule for and on behalf of ______

Date: ______

Annex C

Bidding Form No. 6

Cost Distribution Per Month

National Capital Region

(Wage Order No. NCR-21)

No. of Days/year / 7 Days per Week 393.5
(8 hours) / 6 Days per Week 310
(8 hours)
A. Amount to Janitor
New Daily Wage / PhP502.00 / PhP502.00
Average Pay Per Month / 16,461.42 / 12,968.33
13th Month Pay (7 Days) / 1,272.43 / ----
13th Month Pay (6 Days) / ---- / 1,038.86
5 Days Incentive Pay / 213.33 / 213.33
COLA (7 days) / 314.17 / ----
COLA (6 days) / ---- / 268.33
Total Amount Directly to Janitor / 18,261.35 / 14,488.85
B. Amount to Gov’t. In Favor of Janitor
SSS Premium / 1,178.70 / 994.50
Philhealth / 187.50 / 150.00
State Insurance Fund / 30.00 / 10.00
Pag-Ibig Fund (RA 7742) / 100.00 / 100.00
Total Amount to Gov’t. in Favor of Janitor / 1,496.20 / 1,254.50
C. Total Amount per Janitor (A + B) / 19,757.55 / 15,743.35
D. Administrative Overhead
E. Sub-Total (C+D)
F. Value Added Tax (12% of E)
GRAND TOTAL
(Contract Rate per Janitor / per Month)

Note: DFPC will implement DOLE Department Order No. 18-A, series of 2011, dated November 14, 2011 specifically:

Section 9 (b)(ii)

“The place of work and terms and conditions governing the contracting arrangement, to include the agreed amount of the services to be rendered, the standard administrative fee of not less than ten percent (10%) of the total contract cost”.

The terms of which will be included in the service contract between DFPC and the winning bidder.

Provision of Janitorial Services for DFPC Manila Page 9 of 9