Department Of Agrarian Reform Tender
Department Of Agrarian Reform - DAR Tender
Costs
Summary
Procurement Of Janitorial Services Of Dar Provincial Office Of Negros Oriental January 2025 To December 2025 , Janitorial Services ,department Of Agrarian Reform - Negros Oriental Prov'l Off.
Description
Description 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. 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. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 5 Section I. Invitation To Bid 8 Section Ii. Instructions To Bidders 12 1. Scope Of Bid 13 2. Funding Information 13 3. Bidding Requirements 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders 14 6. Origin Of Goods 14 7. Subcontracts 14 8. Pre-bid Conference 14 9. Clarification And Amendment Of Bidding Documents 15 10. Documents Comprising The Bid: Eligibility And Technical Components 15 11. Documents Comprising The Bid: Financial Component 15 12. Bid Prices 16 13. Bid And Payment Currencies 16 14. Bid Security 17 15. Sealing And Marking Of Bids 17 16. Deadline For Submission Of Bids 17 17. Opening And Preliminary Examination Of Bids 17 18. Domestic Preference 18 19. Detailed Evaluation And Comparison Of Bids 18 20. Post-qualification 19 21. Signing Of The Contract 19 Section Iii. Bid Data Sheet 20 Section Iv. General Conditions Of Contract 23 1. Scope Of Contract 23 2. Advance Payment And Terms Of Payment 23 3. Performance Security 24 4. Inspection And Tests 24 5. Warranty 24 6. Liability Of The Supplier 24 Section V. Special Conditions Of Contract 25 Section Vi. Schedule Of Requirements 28 Section Vii. Technical Specifications 29 Section Viii. Checklist Of Technical And Financial Documents 36 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.” 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 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. 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. Republic Of The Philippines Department Of Agrarian Reform Tunay Na Pagbabago Sa Repormang Agraryo Project Ref. No. 073-no-2024 Invitation To Bid Procurement Of Janitorial Services Of Dar Provincial Office Of Negros Oriental January 2025 To December 2025 1.) The Department Of Agrarian Reform Provincial Office, Dumaguete City, Province Of Negros Oriental, Through The General Appropriations Act Of Fy-2025 Intends To Apply The Sum Of One Million One Hundred Thirty Thousand One Hundred Ninety-nine Pesos Only (php 1,130,199.00) Being The Abc To Payments Under The Contract For The Procurement Of Five (5) Janitorial Services From January 1, 2025 To December 31, 2025 For Dar In Negros Oriental, With Identification Number 073-no-2024 – To Wit: Three (3) Janitorial Services For The Dar Provincial Office, Market Place, Calindagan, Dumaguete City; One (1) Janitorial Services For Dar Municipal Office, Kabulakan, Sta. Catalina, Neg. Or. And One (1) Janitorial Services For Dar Municipal Office, Canlaon City, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.) The Department Of Agrarian Reform Provincial Office, Dumaguete City, Province Of Negros Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Janitorial Services Is Required By January 1, 2025. Bidders Should Have Completed, Within The Two-year Period 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). 3.) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. B. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4.) Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform Provincial Office Of Negros Oriental - General Services Unit, Market Place, Calindagan, Dumaguete City, And Inspect The Bidding Documents At The Address Given Below During Office Hours, Monday To Friday From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5.) A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 25, 2024, Mondays To Fridays From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon From The Given Address, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees An Official Receipt Paid To The Dar Cashier, If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6.) The Dar Provincial Office Of Dumaguete City, Negros Oriental, Through The Bac Will Hold A Pre-bid Conference On December 2, 2024 At 9:00 O’clock In The Morning At The Dar, Market Place, Calindagan, Dumaguete City, As Such, Face To Face , And/or Through Video Conferencing Or Webcasting Via Application Or Technology To Be Used, Such As Messenger Or Zoom Link, Which Shall Be Open To Prospective Bidders. 7.) Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before December 16, 2024, 10:00 O’clock In The Morning. Late Bids Shall Not Be Accepted. 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 On December 16, 2024 At 1:00 O’clock In The Afternoon At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.) The Dar Provincial Office Of Dumaguete City, Negros Oriental, 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: Anthony Rey D. Lobrido Dar Dumaguete General Services Unit Dar Provincial Office Dumaguete City, Negros Oriental The Market Place, Calindagan Email Add: Gsudarnegor2018@gmail.com (035) 531-3448/0905-542-4359 12.) You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps For Online Bid Submission: Email Add: Gsudarnegor2018@gmail.com November 22, 2024 Sgd. Lilany P. Dipaling Bac Chairperson 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. 1. Scope Of Bid The Procuring Entity, Department Of Agrarian Reform Provincial Office Of Dumaguete City, Negros Oriental, Wishes To Receive Bids For The Procurement Of Five (5) Janitorial Services With Identification Number 073-no-2024. The Procurement Project (referred To Herein As “project”) 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 Below For Fy-2025 In The Amount Of One Million One Hundred Thirty Thousand One Hundred Niety-nine Pesos Only (php 1,130,199.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 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. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or 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 The Procuring Entity Has Prescribed That: B. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On December 2, 2024 At 9:00 O’clock In The Morning At Its Physical Address Conference Room, Dar, Market Place, Calindagan, Dumaguete City. 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 Two Years 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. 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, 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 The Bds. 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 The Bds. 12.2. (not Applicable) 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: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration1 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 April 15, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. (not Applicable) 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 Or Before 10:00 O’clock In The Morning At Dar Provincial Office Of Negros Oriental, The Marketplace, Calindagan, Dumaguete City, Negros Oriental Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. (not Applicable) 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, 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. 18.2. (not Applicable) 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s 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 (not Applicable) 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 : 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. 19. Post-qualification 20.1. (not Applicable) 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, 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. 20. 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. 21.2. (not Applicable) 21.3. (not Applicable) 21.4. (not Applicable) 21.5. (not Applicable) 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. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Department Of Agrarian Reform-negros Oriental. The Name Of The Contract Is Procurement Of Janitorial Services For The Dar In Negros Oriental – For Cy 2025. The Identification Number Of The Contract Is 073-no-2024. 2 The Funding Source Is: The Government Of The Philippines (gop) Through The General Appropriations Act Of Fy-2025 In The Amount Of Php 1,130,199.00. The Name Of The Project Is: Procurement Of Janitorial Services For The Dar In Negros Oriental For Cy 2025. 5 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Procurement Of Janitorial Services. 7.1 (not Applicable) 12 (not Applicable) 12.1(a)(ii) The Bidder’s Slcc Similar To The Contract To Be Bid Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13 A Detailed Wage Cost Breakdown For Each Janitor, Which Must Include The Cost Of Supplies And Equipment Necessary For The Execution Of The Contract, Stating The Following: • Amount Paid Directly To Janitor • Amount Paid Directly To Government In Favor Of Janitor • Amount For Supplies, Which Must Include The Following Minimum Supply And Material Requirements: 1) Brooms 2) Long-handled Brooms 3) Broomstick (“walis Tingting”) 4) Rags For Dusting 5) Floor Mops 6) Dustpans 7) Doormats For Crs 8) Toilet Bowl Cleaner 9) Disinfectant 10) Toilet Brush 11) Toilet Bowl Pump 12) Toilet Deodorant Cake 13) Detergent Soap • Profit Margin • Vat The Wage Cost Breakdown Should Reflect The Contract Rate Per Janitor Per Month. For Bid Price Computation, The Said Contract Rate Per Janitor Multiplied By The Number Of Janitors Multiplied By The Number Of Months. 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 22,603.98, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php 56,509.95, If Bid Security Is In Surety Bond. 19.3 One Lot For The Procurement Of Janitorial Services, 3 Janitors Assigned At Dar Provincial Office Of Negros Oriental And 1 Janitor Assigned At Darmo Sta. Catalina, Negros Oriental, And 1 Janitor Assigned At Darmo Canlaon City, Negros Oriental. 20.2 A. Latest Income And Business Tax Returns Filed And Paid Through Bit Electronic Filing And Payment System (efps) Note: The Latest Income And Business Tax Returns Are Those Within The Last Six (6) Months Preceding The Date Of Bid Submission C. Certificate Of Philgeps Registration 21.2 Income And Business Tax Returns Filed And Through The Bir Electronic Filing And Payment System (efps), Consisting Of The Following; - 2024 Income Tax Return With Proof Of Payment - Vat Returns Or Percentage Tax Returns With Proof Of Payment Covering The Year 2024 29.2 1. Nlrc And Dole Clearance (no Final Judgment/decision Finding Illegal Dismissal, Failure To Pay Minimum Wage, Unfair Labor Practice, And The Like) 2. For Sss, Philhealth And Pag-ibig Premium Contributions: Proof Of Remittance For The 2nd And 3rd Quarters Of 2023 Stamped “received” With Corresponding Ors And Listing Of Members Covered By Such Remittance 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. 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. (not Applicable) 2.4 (not Applicable) 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 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 4. Inspection And Tests 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 Vii (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 5.1 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. 5.2 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. 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. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents Report On The Delivery Of The Janitorial Services Shall Be Submitted By The Janitorial Agency Monthly Basis Covering The Period January 2, 2025 To December 31, 2025. Upon Delivery Of The Janitorial Services To The Project Site, The Janitorial Agency Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: - Copy Of Payslips And Evidences Of Receipt By The Janitorial Personnel; - Proof Of Monthly Remittance Of Premiums To Sss, Philhealth, Hdmf And Ecc For The Benefits Of The Janitorial Personnel Obligations Of The Service Provider: Janitorial Agency Shall Provide 5 Janitorial Personnel, One Will Be Assigned To Monitor And Supervise Janitorial Workers. The Janitors/janitress Must Be: - A. Of Good Moral Character And Without Criminal Or Police Records; - B. Physically And Mentally Fit, As Evidenced By A Medical Certificate; - C. Duly Trained And Skilled To Function As Janitorial Personnel; - D. At Least One Of The Janitors To Be Deployed Shall Have Skills In Minor Carpentry, Masonry Works And The Like. - The Janitorial Agency Shall Assign A Roving Supervisor At Its Own Account, Separate From The One Janitorial Supervisor, To Monitor The Performance Of The Janitorial Personnel - Duties Of The Janitorial Supervisor Shall Include, But Not Limited To The Following; A. Makes Rounds To Check His/her Subordinates, Provides Special Cleaning Instructions And Other Assignments And Ascertains Compliance With Directives To Be Issued By Darpo Negros Oriental From Time To Time; B. Inspects And Checks Cleanliness And Orderliness Of The Premises, And Informs His/her Subordinates Of Correction Necessary And Additional Work And Task A Noted; C. Determines Materials, Supplies Needed And Timely Informs The Head Of The General Services Section; D. Handles The Consolidation Of Daily Timecards Periodically In Preparation Of The Monthly Billing Of Darpo Negros Oriental. Duties And Functions Of The Janitorial Personnel: - Maintains The Cleanliness And Orderliness Of The Offices, Building And Premises In Accordance With The Service Level Agreement (see Annex B) And The Housekeeping Plan To Be Submitted By The Janitorial Agency During Contract Implementation, Taking Into Account The Following; A. Protection Of Dar Properties From Damage Or Destruction In Connection With The Janitorial Services Rendered; B. Preservation Of Confidentiality Of Dar Records; C. Proper Collection And Disposal Of Garbage; D. Accordance Of Due Respect And Deterrence To Dar Officials, Personnel, Guests And Clients. - Miscellaneous Services To Be Performed Whenever Required, I.e. Logistical Assistance During Meetings And Conferences, Hauling/moving Or Transferring Of Office Furniture, Fixtures, Document Files And Equipment, And Other Necessary Errand Works Within And Outside The Dar Premises, Darmo Sta. Catalina And Darmo Canlaon City, As Requested By Dar Officials And Personnel. The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Janitorial And Maintenance Services Consisting Of, But Not Limited To The Following Operations: A. Daily Routine Operations - Sweeping, Mopping, Scrubbing And Polishing Of All Floors, And Other Areas As The Procuring Entity May So Specify. All Areas In The Two Sites Mentioned Shall Be Serviced Continuously During Hours Of Public Use To Maintain Cleanliness; - Vacuum, Cleaning Of Carpets, Rugs And Draperies, - Cleaning And Sanitizing Of Comfort Rooms And Washrooms Using Disinfecting Agents; - Dusting And Cleaning Of Horizontal And Vertical Surfaces Which Require Daily Attention; - Disposal Of Trash From The Confines Of The Sites Mentioned; - Do Other Works, Not Involving Money Matters, Required By The Procuring Entity B. Weekly Periodic Operations - Washing, Scrubbing, Waxing And Polishing Of All Floors Occupied By The Procuring Entity; - Cleaning Of Glass Walls, Windows, Door Frames And Other Sectoral Partitions; - Cleaning, Waxing And Polishing Of Office Furniture, Fixtures, Counters, Excluding Equipment That Requires Specialized Maintenance. C. Monthly Periodic Operations - Thorough General Cleaning And Waxing Of All Floors In Areas Covered By The Contract; - Cleaning Of Light Bulbs, Fluorescent Lights, And Other Fixtures As The Procuring Entity May So Require; - Thorough General Cleaning, Sanitizing, And Disinfecting Of All Washrooms And Comfort Rooms. 2.2 Payment Terms And Conditions A. The Service Provider Shall Pay The Personnel Based On The Computation (see Annex A) And Will Adopt Any Increase Based On Dole Mandate. B. The Service Provider Shall Submit Along With The Monthly Billing Statement, A Certified True Copy Of Duly Accomplished Payroll Sheet, Receipt And Prescribed Reports Stamped Received By Sss, Philhealth, As Proof Of Remittance For Sss And Philhealth Premiums Of The Janitorial Personnel. C. Darpo Neg Or Shall Pay The Service Provider Not Later Than The 15th And 30th Of Last Calendar Day Of The Following Month Based On The Billing Statement Which Should Be Submitted To Darpo Neg Or Not Later Than 7th And 21st Day Of Each Month For The Duration Of The Contract. 4 The Inspections And Tests That Will Be Conducted Are: Physical Inspection Of Personnel. 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 Department Of Agrarian Reform, Market Place, Calindagan, Dumaguete City. Item Number Description Quantity (monthly) Delivered, Weeks/months 1 Janitors Or Utility Workers For The Dar Provincial Office 3 12 Months 2 Janitor Or Utility Worker For The Dar – Canlaon City 1 12 Months 3 Janitor Or Utility Worker For The Dar – Resettlement 1 12 Months The Service Provider Shall Perform Janitorial And Maintenance Services For Eight (8) Hours Per Day, Mondays To Saturdays, Exclusive Of Sundays, Starting From January 1, 2025 To December 31, 2025; From 6:00 O’clock To 11:00 O’clock In The Morning And From 1:00 O’clock To 4:00 O’clock In The Afternoon. I Hereby Certify To Comply And Deliver The Above Requirements Upon Commencement Of The Contract. _____________________ _________________________ ___________ Name Of Company/bidder Signature Over Printed Name Of Date Representative 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. Technical Specifications Item Specification Statement Of Compliance [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 Bidder's 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 Applicable Laws And Issuances.] 1. Duration Of The Janitorial Contract To Be Bid Shall Be For 12 Months Covering The Period January 2 – December 31, 2025 2. The Approved Budget For The Contract For 12 Months. The Abc Is Fixed And Shall Not Be Adjusted During Contract Implementation Except For The Following: A. Increase In Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding; B. Increase In Taxes And Mandatory Government Contributions; C. Increase Or Decrease In The Number Of Janitors Required By Dar Provided That The Increase Follows The Approval Rate In The Contract. 3. Obligation Of The Service Provider 4. Service Level Agreement: 1. The Service Provider Agrees That Darpo Negros Oriental, Through The General Services Section, Reserves The Right To Screen And Accept Or Deny The Deployment Of Any Personnel Recommended By The Service Provider. 2. The Deployed Personnel Shall Work Eight (8) Hours A Day, Six (6) Days A Week From Monday To Saturday, 7am - 4pm Assigned In Darpo Negros Oriental And 8am - 5pm Assigned In Darmos Canlaon And Sta. Catalina, Negros Oriental. However, Personnel May Be Requested To Help Outside The Working Hours, Upon Written Approval Of The Provincial Chief Administrative Officer. 3. Darpo Negros Oriental Has The Right To Effect Changes In The Assignment/deployment Of The Janitors At Any Time During The Contract Period. 4. Hold Darpo Negros Oriental Free From Any Action Or Liability Arising From Any Claims Of The Janitorial Personnel And Other Personnel Employed By The Agency For Benefits Under The Labor Code Of The Philippines. Any Increase In Wage, Social Security Contributions, Or Any Similar Payments As May Be Imposed By Law Or Competent Authority Shall Be Automatically Readjusted Subject To The Accounting And Auditing Rules And Regulations And Upon Showing Actual Payment Made To Their Employees. There Shall Be No Employer – Employee Relationship Between Darpo Negros Oriental And The Janitorial Personnel. 5. The Service Provider Shall Be Responsible For Any Loss Or Damage To Dar Properties And Premises, Provided That Such Loss Or Damage Shall Not Include Those Caused By Fortuitous Events Such As Earthquakes, Typhoon, War, Rebellion, Fire Excluding Strikes And Pickets, And That Such Loss Or Damage Are Reported To The Service Provider Verbally Or In Writing Seven (7) Working Days From The Time The Loss Or Damage Reached The Department’s Knowledge. An Appropriate Investigation Shall Be Jointly Conducted Thereafter And Should The Result Of The Dar Property Is The Liability Of The Concerned Janitor, The Amount Of Damages Or Property Losses Shall Be Deducted From The Collectible Amount Due To The Janitorial Agency At The End Of The Contract Period. 6. Accordingly, Darpo Negros Oriental Shall Not Be Responsible For Any And All Claims For Personal Injury Or Damage, Including Death Caused Either To Any Of The Janitors Or Any Third Person Where Such Injury Or Death Arises Out Of Or In The Courses Of The Lawful Performance Of Janitorial Functions Of Said Janitors. It Is The Responsibility Of The Service Provider To Closely Supervise, Coordinate, Control And Monitor The Discharge Of The Duties By The Janitor In Accordance With The Terms Stipulated Herein. 7. The Service Provider Shall Always Make Available Relievers And/or Replacement Janitors To Ensure Continuous And Uninterrupted Services. 8. Subcontracting Of Any Work At The Darpo Negros Oriental By The Service Provider Shall Not Be Allowed. 9. The Service Provider Shall Pay Its Personnel Not Less Than The Minimum Wage And Other Benefits Mandated By Law And Shall Provide The Janitorial Personnel With Their Monthly Pay Slip Containing The Necessary Information On It. The Service Provider Shall Comply With The Laws Governing Labor Standards And Employees’ Compensation. A Certificate For The Purpose Shall Be Required From The Service Provider. 10. The Service Provider, In The Performance Of This Service Shall Secure, Maintain At Its Own Expenses All Registration, License Or Permits Required By Law And Shall Comply With All Pertinent Rules And Regulations. The Service Provider’s Personnel Shall Take All The Necessary Precaution For The Safety Of All Persons And Properties At Or Near Their Area Of Work And Shall Comply With All The Standards And Established Safety Regulations, Rules, And Practices. 11. The Service Provider Shall Provide The Personnel With Appropriate Uniforms And Ensure That They Shall Observe Proper Hygiene And Appear Neat And Clean During Their Work Shifts. 12. The Service Provider Shall Ensure That Safety Shall Be The First Priority In The Performance Of Its Functions And Avoid The Creation Of Safety Hazards Both In The Condition Of The Work Performed And While Doing Their Tasks. 13. At The End Of The Contract Period, The Service Provider Shall Turn Over To Darpo Negros Oriental All Property Accountability And Any Amount Of Damages Or Property Losses Shall Be Deducted From The Collectible Amount Due To The Janitorial Agency. 14. The Service Provider Shall Subject Its Maintenance Personnel To An Annual Psychological, Drug, Alcohol, Or Other Related Tests From Government Accredited Testing Centers. 15. Darpo Negros Oriental Shall Have The Right To Automatically Terminate The Contract In Case Any If The Stipulations And Covenants Area Violated By The Service Provider Upon Notice To The Later. Darpo Negros Oriental Shall Be Entitled To Damages As May Be Granted And/or Awarded To It In The Courts Of Law And Shall Have The Right To Unilaterally Renegotiate And/or Award The Unfinished Services To Another Agency In Accordance With The Revised Implementing Rules And Regulations Of Ra 9184 And Related Government Procurement Policy Board (gppb) Issuances. 16. Darpo Negros Oriental Shall Provide Cleaning Device And Equipment To Be Used By The Janitorial Personnel. 5. Stability • 3 Years Experience • P200,000.00 Cash Account • Well-defined Organizational Set-up 6. Resources • 30 Janitors/utility Workers Within Negros Oriental • 4 Supervisors Within Negros Oriental (at Least 2 Are Based In Dumaguete City) • 1 4-wheel Transportation Vehicle • At Least Five (5) Vacuum Cleaners Or Similar Cleaning Devices 7. Others • Policy Directives On Recruitment And Selection Of Janitors • Two Sets Of Complete Uniform • Technical Documents: 1. Company Profile 2. Organizational Chart 3. List Of Clients For The Past Three Years The Agency Contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Set Of Performance Criteria: 1. Quality Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Regular Progress Report The Dar May Assess These Criteria Though The Agency Contractor’s: 1. Monthly Evaluation Form; 2. Monthly Feedback Form; 3. Biometric Or Logbook Of Attendance; 4. Wearing Of Uniform; 5. Completion Slip/form; And 6. Team Leader’s Monitoring Report, Etc. I Hereby Certify To Comply With All Of The Above Technical Specifications. _____________________ _________________________ ____________ Name Of Company/bidder Signature Over Printed Name Of Date Representative 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 I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); In Accordance With Section 8.5.2 Of The Ir; 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; 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 ⬜ (e) 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 ⬜ (f) 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 ⬜ (g) 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; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or Aftersales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); 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. Financial Documents ⬜ (j) 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 ⬜ (k) 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 ⬜ (l) 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. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Contact
Tender Id
27a06c92-8b46-36fa-b3d0-d43493edbf0dTender No
11529655Tender Authority
Department Of Agrarian Reform ViewPurchaser Address
-Website
https://www.dar.gov.ph/