Invitation To Bid
Invitation To Bid
TABLE OF CONTENTS
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])
Consulting Services – Refer to services for Infrastructure Projects and other types of
projectsor 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])
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.
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
EXW – Ex works.
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 there pair 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 ofthe Procuring Entity.
(2016 revised IRR, Section 5[r])
UN – United Nations.
2. The Office of Civil Defense CALABARZON now invites bids for above
Procurement Project. Delivery of the Goods is required as specified in the
Section VI: Schedules of Requirements. Bidders should have completed,
within the last five years (5) years from the date of submission and receipt of
bids, a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section II. (Instructions to
Bidders).
(i) Bidding is open to all interested bidders, whether local or foreign, subject to
the conditions for eligibility provided in the IRR of RA 9184.
8. All Bids must be accompanied by a bid security in any of the acceptable forms
and in the amount stated in ITB Clause 14.1, Section III of Bid Data Sheet.
10. The items and quantities covered by the project are as follows:
• Mild scented
• Atleast 12ml per sachet
• Must have a manufacturing date of not later than
• mild scented
• anti-bacterial
• minimum of 90grams per bar
• individually packed
• Must have a manufacturing date of not later
than six (6) months from the date of delivery
• Must be properly packed, labeled and sealed by
the manufacturer in accordance with its
standards
• "Label should include date manufactured,
ingredients, weight, and name of manufacturer"
• Items must be of the same brand
• Brand offered must be existing in the Philippine
Market in the last five (5) years
• Adult size
• soft/medium bristle
• with individual cap
• individually packed
• Must be properly packed, labeled and sealed by
the manufacturer in accordance with its standards
• Items must be of the same brand
• Brand offered must be existing in the Philippine
Market in the last five (5) years
• VII. Three (3) pieces Toothbrush for Children
• soft bristle
• material: plastic
• diameter: At least 6 Inches
• Height: At least 4.5 Inches
• With a straight handle
• Any color
• Size: 70 cm x 140 cm
• 300 g/sqm
• Material: 100% cotton
• White
• must be properly packed
• Rectangular Shape
• white
• 100% Cotton
• Length: At least 42 cm
• Width: At least 27 cm
• Sewed edge
• must be properly packed
• Material: Cotton
• Width: at least 40 inches
• Length: at least 58 inches
• must be properly packed
• Medium Teeth
• at least 18cm in length with handle
• At least 5 cm
• Carbon Steel/Stainless Steel
• Material: plastic
• With cover
Color
Body: Orange
Cover (To serve as basin): Orange
Handle: Blue
Dimension
Top: atleast of 268 mm
Bottom: atleast of 238 mm
Height with Cover: at least of 440 mm
Height without Cover: at least of 370 mm
Thickness: At least 1.4mm
Label/Marking:
FRONT: With OCD Logo (100mm diameter) at the
center of packaging
With "OFFICE OF CIVIL DEFENSE"
marking at the top of OCD Logo
With "HYGIENE KIT" marking at the
bottom of OCD Logo
Font Size: 100
Font Style: Arial Narrow Bold (Text must
be white with black outline)
BACK: Same markings with the front
List of contents must be listed down in a
sticker sheet (at least 100mmx150mm) and be
pasted below the markings
Print Type: Heat Transfer
Note: Each Hygiene kit (pail) must be covered with
plastic and sealed with at least 3 inches blue
tamper evident tape customized with OCD logos
Other Requirements:
- Price inclusive of taxes, insurance, and delivery
cost
DELIVERY ADDRESS: Regional Evacuation
11. The Office of Civil Defense 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 9184,
without thereby incurring any liability to the affected bidder or bidders.
07 November 2023
The Procuring Entity, OFFICE OF CIVIL DEFENSE wishes to receive Bids for the
Procurement of Hygiene Kits with identification number ITB OCD IV-A-2023-01.
The Procurement Project “Procurement of Hygiene Kits” is composed of One (1) Lot,
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 CY 2022 in the
amount of Four Million Nine Hundred Ninety-Eight Thousand Four Hundred
Forty-Three Pesos (4,998,443.00).
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 ITB 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.
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. 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
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
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time through video conferencing as indicated in paragraph 6 of the IB.
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.
10.1. 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 five (5) 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 a 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.
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the ITB shall not be
accepted.
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided
the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184.
12.1. Prices indicated on the Price Schedule shall be entered separately in the following
manner:
ii. The cost of all customs duties and sales and other taxes already paid
or payable;
i. Unless otherwise stated in the BDS, the price of the Goods shall be
quoted delivered duty paid (DDP) with the place of destination in the
Philippines as specified in the BDS. In quoting the price, the Bidder
shall be free to use transportation through carriers registered in any
eligible country. Similarly, the Bidder may obtain insurance services
from any eligible source country.
ii. The price of other (incidental) services, if any, as listed in Section VII
(Technical Specifications).
13.1. 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.
14.1. The Bidder shall submit a Bid Securing Declaration 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 within 120 Calendar days from the date
of Opening of Bids. Any Bid not accompanied by an acceptable bid security
shall be rejected by the Procuring Entity as non-responsive.
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.
The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.
17.1. 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.
The Procuring Entity will grant a margin of preference for the purpose of comparison of
Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA No. 9184.
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider
the conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR
of RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots
or items, and evaluation will be undertaken on a per lot or item basis, as the case
maybe. In this case, the Bid Security as required by ITB Clause 15 shall be
submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the BDS
for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs
for all the lots or items participated in by the prospective Bidder.
19.4. The Project shall be awarded as One Project having several items grouped into
one lot, which shall be awarded as one contract.
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.
20. Post-Qualification
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, 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.
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.
completed within the last five (5) years prior to the deadline for the submission
and receipt of bids.
12 The price of the Goods shall be quoted DDP [state place of destination] or the
applicable International Commercial Terms (INCOTERMS) for this Project.
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 Ninety Nine Thousand Nine Hundred
Sixty Eight Pesos and 86/100 (PhP 99,968.86), 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 Two Hundred Forty Nine Thousand
Nine Hundred Twenty Two Pesos and 15/100 (PhP 249,922.15) if
bid security is in Surety Bond.
16 Each Bidder shall submit one (1) copy of original documents of the first and
second components. All pages of the bidding documents must be signed.
Five (5) photocopies of the duly signed first and second components of its
Bid shall also be submitted.
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).
2.1. 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.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the
Procuring Entity but in no case later than prior to the signing of the Contract by both
parties, the successful Bidder shall furnish the performance security in any of the forms
prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.
The Procuring Entity or its representative shall have the right to inspect and/or to test the
Goods to confirm their conformity to the Project specifications at no extra cost to the
Procuring Entity in accordance with the Generic Procurement Manual. In addition to tests
in the SCC, Section IV (Technical Specifications) shall specify what inspections and/or
tests the Procuring Entity requires, and where they are to be conducted. The Procuring
Entity shall notify the Supplier in writing, in a timely manner, of the identity of any
representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing of Goods, including
access to drawings and production data, shall be provided by the Supplier to the
authorized inspectors at no charge to the Procuring Entity.
5. Warranty
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 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.
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and
other trade terms used to describe the obligations of the parties shall have the
meanings assigned to them by the current edition of INCOTERMS published by
the International Chamber of Commerce, Paris. The Delivery terms of this
Contract shall be as follows:
[For Goods supplied from abroad, state:] “The delivery terms applicable to the
Contract are DDP delivered [indicate place of destination]. In accordance with
INCOTERMS.”
[For Goods supplied from within the Philippines, state:] “The delivery terms
applicable to this Contract are delivered [indicate place of destination]. Risk and
title will pass from the Supplier to the Procuring Entity upon receipt and final
acceptance of the Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with the terms
specified in Section VI (Schedule of Requirements).
For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is [indicate name(s)].
Incidental Services –
The Contract price for the Goods shall include the prices charged by the Supplier
for incidental services and shall not exceed the prevailing rates charged to other
parties by the Supplier for similar services.
Spare Parts –
The Supplier is required to provide all of the following materials, notifications, and
information pertaining to spare parts manufactured or distributed by the Supplier:
a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI
(Schedule of Requirements) and the cost thereof are included in the contract
price.
Packaging –
The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in this Contract. The packaging shall be sufficient to withstand, without limitation,
rough handling during transit and exposure to extreme temperatures, salt and
precipitation during transit, and open storage. Packaging case size and weights
shall take into consideration, where appropriate, the remoteness of the Goods’
final destination and the absence of heavy handling facilities at all points in
transit.
The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified
below, and in any subsequent instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or
DDP, transport of the Goods to the port of destination or such other named place
of destination in the Philippines, as shall be specified in this Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in
the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance and
storage, as shall be specified in this Contract, shall be arranged by the Supplier,
and related costs shall be included in the contract price.
Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
DDP, Goods are to be transported on carriers of Philippine registry. In the event
that no carrier of Philippine registry is available, Goods may be shipped by a
carrier which is not of Philippine registry provided that the Supplier obtains and
presents to the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers of Philippine
registry are available but their schedule delays the Supplier in its performance of
this Contract the period from when the Goods were first ready for shipment and
the actual date of shipment the period of delay will be considered force majeure.
The Procuring Entity accepts no liability for the damage of Goods during transit
other than those prescribed by INCOTERMS for DDP deliveries. In the case of
Goods supplied from within the Philippines or supplied by domestic Suppliers risk
and title will not be deemed to have passed to the Procuring Entity until their
receipt and final acceptance at the final destination.
The Supplier shall indemnify the Procuring Entity against all third-party claims of
infringement of patent, trademark, or industrial design rights arising from use of
the Goods or any part thereof.
2.2 The terms of payment shall be as follows: SEND BILL POLICY. Quoted price
must include all government taxes, duties and fees, and services for the
packaging, hauling and delivery of the items.
4 Items must be original and box-guaranteed as genuine.
5 The supplier warrants that delivered items were manufactured not earlier than
2022 and/or will not expire within two (2) years from delivery.
Item
Description Quantity Delivered,
Number
Days/Weeks/Months
Ninety (90) calendar
Procurement of days from receipt of
1 2,339
Hygiene Kits Notice to Proceed
(NTP)
_________________________________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date
• individually packed
• Must have a manufacturing date of not later than six (6)
months from the date of delivery
• Must be properly packed, labeled and sealed by the
manufacturer in accordance with its standards
• "Label should include date manufactured, ingredients,
weight, and name of manufacturer"
• Items must be of the same brand
• Brand offered must be existing in the Philippine Market
in the last five (5) years
• Mild scented
• Atleast 12ml per sachet
• Must have a manufacturing date of not later than six (6)
months from the date of delivery
• Must be properly packed, labeled and sealed by the
manufacturer in accordance with its standards
• Label should include date manufactured, ingredients,
weight, and name of manufacturer
• Items must be of the same brand
• Brand offered must be existing in the Philippine Market
in the last five (5) years
• mild scented
• anti-bacterial
• minimum of 90grams per bar
• individually packed
• Must have a manufacturing date of not later than six
(6) months from the date of delivery
• Must be properly packed, labeled and sealed by the
manufacturer in accordance with its standards
• "Label should include date manufactured, ingredients,
weight, and name of manufacturer"
• Items must be of the same brand
• Brand offered must be existing in the Philippine Market
in the last five (5) years
• Adult size
• soft/medium bristle
• with individual cap
• individually packed
• Must be properly packed, labeled and sealed by the
manufacturer in accordance with its standards
• Items must be of the same brand
• Brand offered must be existing in the Philippine Market
in the last five (5) years
• VII. Three (3) pieces Toothbrush for Children
• soft bristle
• with individual cap
• individually packed
• Must be properly packed, labeled and sealed by the
manufacturer in accordance with its standards
• Items must be of the same brand
• Brand offered must be existing in the Philippine Market
in the last five (5) years
• material: plastic
• Size: 70 cm x 140 cm
• 300 g/sqm
• Material: 100% cotton
• White
• must be properly packed
• Rectangular Shape
• white
• 100% Cotton
• Length: At least 42 cm
• Width: At least 27 cm
• Sewed edge
• must be properly packed
• Material: Cotton
• Width: at least 40 inches
• Length: at least 58 inches
• must be properly packed
• Medium Teeth
• at least 18cm in length with handle
• At least 5 cm
• Carbon Steel/Stainless Steel
• Material: plastic
• With cover
• Diameter: Atleast 22cm
• Height: Atleast 17cm
• Any color
Color
Body: Orange
Cover (To serve as basin): Orange
Handle: Blue
Dimension
Top: atleast of 268 mm
Bottom: atleast of 238 mm
Height with Cover: at least of 440 mm
Height without Cover: at least of 370 mm
Thickness: At least 1.4mm
Label/Marking:
FRONT: With OCD Logo (100mm diameter) at the center
of packaging
With "OFFICE OF CIVIL DEFENSE" marking at
the top of OCD Logo
With "HYGIENE KIT" marking at the bottom of
OCD Logo
Font Size: 100
Font Style: Arial Narrow Bold (Text must be
white with black outline)
BACK: Same markings with the front
List of contents must be listed down in a sticker
sheet (at least 100mmx150mm) and be pasted below the
markings
Print Type: Heat Transfer
Note: Each Hygiene kit (pail) must be covered with plastic
and sealed with at least 3 inches blue tamper evident
tape customized with OCD logos
Other Requirements:
- Price inclusive of taxes, insurance, and delivery cost
Other Specifications:
- Quoted price must include applicable taxes and
incidental expenses.
- Items must be properly packed, labeled and sealed by
the Manufacturer in accordance with its standards
- Submission of third-party certification as applicable
and/or submission of manufacturer's certification
- The proponent is required to submit a sample of the
item for purposes of post-qualification evaluation
Inspection:
- Pre-Delivery Inspection of the items will be conducted
at the supplier's warehouse before the date of delivery
and final inspection at the delivery site
Payment:
- Send Bill Policy applies
Delivery Period:
- Sixty (60) calendar days from receipt of Purchase
Order/Notice to Proceed
Delivery Site:
______________________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date
Section VIII.
CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS
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 or Official Receipt of Renewal Application
with the Expired Business Permit; 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 at least one (1) similar completed largest contract within the last five
(5) years prior to the deadline for submission and opening of bids of the project
equivalent to at least fifty percent (50%) of the ABC.
For this project, “similar in nature” shall refer to Procurement of Hygiene Kits
G Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission; or
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
or
L If applicable, a duly signed joint venture agreement (JVA) in case the joint
venture is already in existence;
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;
BID FORM
Date: __________
Gentlemen/Ladies:
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].
We acknowledge that failure to sign each and every page of this Bid Form, including
the attached Schedule of Prices, shall be a ground for the rejection of our bid.
Name:____________________________________________________________________
Legal capacity:_____________________________________________________________
Signature:_________________________________________________________________
Date:______________
Name of Bidder:
Project ID No: ITB OCD IV-A-2023-01
Page _____ of ______.
Sales
Cost of
Transportatio and other
Incidental
Unit n and all taxes Total Total Price
Services,
Price other cost payable if Price, per delivered Final
Item Description Quantity if
EXW incidental to contract unit (col. Destination
applicabl
per item delivery, per is 5+6+7+8) (col 9) x (col 4)
e, per
item awareded
item
per item
1 Hygiene Kits 2,339
Name:____________________________________________________________________
Legal capacity:_____________________________________________________________
Signature:_________________________________________________________________
THIS AGREEMENT made the _____ day of __________ 2023 between OFFICE OF
CIVIL DEFENSE of the Philippines(hereinafter called “the Entity”) of the one part and [name
of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other
part;
WHEREAS the Entity invited Bids for certain goods and ancillary services,
particularly, and has accepted a Bid by the Supplier for the supply of those goods and
services in the sum of Four Million Nine Hundred Ninety Eight Thousand Four Hundred
Forty Three Pesos (4,998,443.00) - hereinafter called “the Contract Price”.
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and
construed as integral part of this Agreement, viz.:
ii. Winning bidder’s bid , including the Eligibility requirements, Technical and
Financial Proposal, and all other documents or statement submitted;
Bid form, including all the documents/statements contained in the Bidder’s bidding
envelopes, as annexes, and all other documents submitted (e.g.,Bidder’s
response to request for clarification on bid), including corrections to the bid, if any,
resulting from Procuring Entity’s bid evaluation;
iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidders agrees that
additional contract documents or information prescribed by the GPPB that
are subsequently required for submission after the contract execution, such
as the Notice to Proceed, Variation Orders, and Warranty Security, shall
likewise form part of the Contract.
3. In consideration for the sum of [ total contract price in words and figures] or such other
sums as may be ascertained, [Named of the Bidder] agrees to [state the objects of the
contract ] in accordance with his/her/its Bid.
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first
above written.
for: for:
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
crimminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment recieved by a person or entity an obligation involving the duty to daliver
certain goods or services, to the prejudice of the public and the goverment of the
Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 2023 at
____________, Philippines.
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for
any contract with any procuring entity for a period of two (2) years upon
receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine
provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration, within fifteen (15) days from receipt of the written demand by the
procuring entity for the commission of acts resulting to the enforcement of the
bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except
69.1(f), of the IRR of RA 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on
the following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(c) I am/we are declared the bidder with the Lowest Calculated
Responsive Bid, and I/we have furnished the performance security
and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] 2023 at [place of execution].
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
x------------------------------------------------------x
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the
firtst offense, or two (2) years for the second offense, upon receipt of your
Blacklisting Order if I/We violated my/our obligations under the Contract;
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] 2023 at [place of execution].
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
VALUE OF
OWNER NATURE OF DATE
NAME OF PROPONENT’S OUTSTANDING
a. Name WORK, a. Awarded AMOUNT OF PERCENT
CONTRACT OR ROLE / WORKS /
b. Address SERVICES b. Started CONTRACT ACCOMPLISHED
PROJECT DESCRIPTION UNDELIVERED
c. Contact No. OR GOODS c. Completed
PORTION
Government
Private
TOTAL COST
Submitted by : ___________________________________________________
(Printed Name & Signature)
Designation : ___________________________________________________
Date : ___________________________________________________
Remarks:
• Include all contracts awarded but not yet started.
• This statement shall be supported with:
1. Purchase Order / Notice of Award and/or Contract
2. Notice to Proceed issued by the owner
• The form may be used in landscape format and font sizes may be adjusted to enhance readability.
Proponent:
OWNER NATURE OF
NAME OF PROPONENT’S AMOUNT OF
d. Name WORK, DATE PROOF OF
CONTRACT OR ROLE / COMPLETED
e. Address SERVICES COMPLETED PROJECT COMPLETION
PROJECT DESCRIPTION CONTRACT
f. Contact No. OR GOODS
Official Receipt
Sales Invoice
End User’s Acceptance
Other Document/s
TOTAL COST
: ___________________________________________________
Submitted by
(Printed Name & Signature)
Designation : ___________________________________________________
Date : ___________________________________________________
Note:
• This statement shall be supported by any of the following:
1. Official Receipt
2. Sales Invoice
3. End User’s Acceptance
• The form may be used in landscape format and font sizes may be adjusted to
enhance readability.
PACKAGING INSTRUCTIONS
Note:
• Each Bidder shall submit one (1) copy of original documents of the first and
second components. All pages of the bidding documents must be signed.
• Five (5) photocopies of the duly signed first and second components of its
Bid shall also be submitted.