Bidding Document - 14
Bidding Document - 14
                          Sixth Edition
                          June 03, 2023
                                      1
                           Table of Contents
Glossary        of      Acronyms,    Terms, and Abbreviations
………………………….Error! Bookmark not defined.
Section I. Invitation to Bid……………………………………………………..3
Section II. Instructions to Bidders…………………………………………...5
 1.    Scope of Bid ………………………………………………………………………. 5
 2.    Funding Information………………………………………………………………. 5
 3.    Bidding Requirements ……………………………………………………………. 5
 4.    Corrupt, Fraudulent, Collusive, and Coercive Practices                   5
 5.    Eligible Bidders…………………………………………………………………… 6
 6.    Origin of Goods ………………………………………………………………….. 6
 7.    Subcontracts ……………………………………………………………………… 6
 8.    Pre-Bid Conference ………………………………………………………………. 6
 9.    Clarification and Amendment of Bidding Documents …………………………… 6
 10.   Documents comprising the Bid: Eligibility and Technical Components …………. 6
 11.   Documents comprising the Bid: Financial Component …………………………... 7
 12.   Bid Prices …………………………………………………………………………. 7
 13.   Bid and Payment Currencies ……………………………………………………… 8
 14.   Bid Security ………………………………………………………………………. 8
 15.   Sealing and Marking of Bids ……………………………………………………… 8
 16.   Deadline for Submission of Bids …………………………………………………. 9
 17.   Opening and Preliminary Examination of Bids ………………………………….. 9
 18.   Domestic Preference ……………………………………………………………… 9
 19.   Detailed Evaluation and Comparison of Bids ……………………………………. 9
 20.   Post-Qualification ………………………………………………………………… 10
 21.   Signing of the Contract …………………………………………………………… 10
Section III. Bid Data Sheet …………………………………………………..11
Section IV. General Conditions of Contract ……………………...………..13
 1.    Scope of Contract ………………………………………………………………… 13
 2.    Advance Payment and Terms of Payment ……………………………………….. 13
 3.    Performance Security ……………………………………………………………. 13
 4.    Inspection and Tests ……………………………………………………………… 13
 5.    Warranty …………………………………………………………………………. 14
 6.    Liability of the Supplier ………………………………………………………….. 14
Section V. Special Conditions of Contract ………………………………….15
Section VI. Schedule of Requirements ……………………………………....18
Section VII. Technical Specifications …………………………………………20
Section VIII. Checklist of Technical and Financial Documents …………..24
                                       2
                  Section I. Invitation to Bid
                                   Republic of the Philippines
                                  Malaybalay City, Bukidnon (8700)
                            BUKIDNON STATE UNIVERISTY
                          Tel. (88) 813-5661 to 5663; Telefax: (88) 813-2717
                                          www.buksu.edu.ph
                                       bsupresoffice@gmail.com
1.    The Bukidnon State University, through the FY 2023 (Fund 101) Budget Approved
      by the Board of Regents intends to apply the sum of ONE MILLION EIGHT
      HUNDRED EIGHT THOUSAND ONE HNDRED SIXTY-ONE PESOS (Php
      1,808,161.00 being the ABC to payments under the contract for the Supply and
      Delivery of Consolidated Printing Consumables-Fund 101 (2nd Qtr) sub-lot with
      identification number GS-P23-2023-06-22. Bids received in excess of the ABC shall
      be automatically rejected at bid opening.
2.    The Bukidnon State University now invites bids for the above Procurement Project.
      Delivery of the Goods is required by Sixty Calendar Days (60 CD). Bidders should
      have completed, within Two (2) Years (June 22, 2021-June 22, 2023) 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 non-
      discretionary “pass/fail” criterion as specified in the 2016 revised Implementing
      Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
4.    Prospective Bidders may obtain further information from Bukidnon State University-
      BAC Office through cellular number 0917-816-2400 and inspect the Bidding
      Documents at the address given below during 8:00AM-5:00PM, except on Saturdays
      and Sundays and during holidays.
                                                  3
6.          The Bukidnon State University will hold a Pre-Bid Conference1 on June 09,
            2022;2:00PM at Conference Room, 2nd Floor, Finance Building, Bukidnon State
            University, and/or through video conferencing or webcasting via ZOOM Meeting
            (Meeting ID: 991 1599 0815 Passcode: 637096) which shall be open to prospective
            bidders.
7.          Bids must be duly received by the BAC Secretariat through: (i) manual submission at
            the office address indicated below, (ii) online or electronic submission as indicated
            below, or (iii) both on or before June 22, 2023; 2:00PM. 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 June 22, 2023; 2:00PM onwards at the given address below
            Conference Room, 2nd Floor, Finance Building, Bukidnon State University/ ZOOM
            Meeting (Meeting ID: 929 7694 5883 Passcode: 654112). Bids will be opened in the
            presence of the bidders’ representatives who choose to attend the activity.
10.         In case of a tie Bid, the BAC will conduct the Guidelines on the use of Non-
            Discretionary/Non-Discriminatory Selection criteria as Tie-Breaking Method in case
            of two or more Bidders are determined and declared as the Lowest Calculated and
            Responsive Bidder (LCRB)(GPPB Circular No.06-2005)
11.         The Bukidnon State University 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.
1   May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a
    Pre-Bid Conference.
                                                             4
             Section II. Instructions to Bidders
1.Scope of Bid
      The Procuring Entity, Bukidnon State University wishes to receive Bids for the for
      Supply and Delivery of Consolidated Printing Consumables-Fund 101 (2nd Qtr) sub-
      lot with identification number GS-P23-2023-06-22.
 2. Funding Information
      2.1.    The GOP through the source of funding as indicated below for FY 2023 (Fund
              101) Budget Approved by the Board of Regents intends to apply the sum of
              ONE MILLION EIGHT HUNDRED EIGHT THOUSAND ONE HNDRED
              SIXTY-ONE PESOS (Php 1,808,161.00.
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 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.
                                             5
5.   Eligible Bidders
      5.1.      Only Bids of Bidders found to be legally, technically, and financially capable
                will be evaluated.
             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 at least fifty percent (50%) of the ABC.
      5.4.      The Bidders shall comply with the eligibility criteria under Section 23.4.1 of
                the 2016 IRR of RA No. 9184.
6.   Origin of Goods
      There is no restriction on the origin of goods other than those prohibited by a decision
      of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
      to Domestic Preference requirements under ITB Clause 18.
7.   Subcontracts
      7.1.      The Bidder may subcontract portions of the Project to the extent allowed by
                the Procuring Entity as stated herein, but in no case more than twenty percent
                (20%) of the Project.
8.   Pre-Bid Conference
      The Procuring Entity will hold a pre-bid conference for this Project on the specified
      date and time and either at its physical address on June 09, 2023;2:00PM            at
                          nd
      Conference Room, 2 Floor, Finance Building, Bukidnon State University and/or
      through videoconferencing/webcasting} as indicated in paragraph 6 of the IB.
                                               6
     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 (2) Years (June 22, 2021-June 22, 2023) 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.
     11.3.   Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
             accepted.
                    ii.   The cost of all customs duties and sales and other taxes already
                          paid or payable;
                                            7
                           iii.     The cost of transportation, insurance, and other costs incidental to
                                    delivery of the Goods to their final destination; and
                             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.
         14.2. The Bid and bid security shall be valid until October 20, 2023(120 Calendar
               Days after the date of the opening of bids). Any Bid not accompanied by an
               acceptable bid security shall be rejected by the Procuring Entity as non-
               responsive.
         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.
2 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
                                                             8
     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.
             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.
     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.
                                             9
    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.
20. Post-Qualification
    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, 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.
                                           10
                 Section III. Bid Data Sheet
                             Bid Data Sheet
 ITB
Clause
  5.3    For this purpose, contracts similar to the Project shall be:
            b.  Completed within Two (2) Years (June 22, 2021-June 22, 2023) prior to the
                deadline for the submission and receipt of bids.
 7.1     No portion of the contract shall be sub-contracted
 12      The price of the Goods shall be quoted in Philippine Peso DDP [Bukidnon State
         University, Fortich Street, Malaybalay City] 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:
         WHOLE ABC
           a. The amount of not less than Php 36,163.22 (2%) of Php 1,808,161.00, 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 90,408.05 (5%) of Php 1,808,161.00, if
              bid security is in Surety Bond
         LOT A-FUJI
           a. The amount of not less than Php 1,128.00 (2%) of Php 56,400.00, 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 2,820.00 (5%) of Php 56,400.00, if
              bid security is in Surety Bond
         LOT B-DEVELOP, RISO
           a. The amount of not less than Php 3,007.00 (2%) of Php 150,350.00, 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 7,517.50 (5%) of Php 150,350.00, if
               bid security is in Surety Bond
         LOT C-HP
           a. The amount of not less than Php 23,726.35 (2%) of Php 1,186,317.50, if
                bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or
                irrevocable letter of credit; or
                                            11
          b. The amount of not less than Php 59,315.88 (5%) of Php 1,186,317.50, if
             bid security is in Surety Bond
       LOT D-EPSON
         a. The amount of not less than Php 3,975.37 (2%) of Php 198,768.50, 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 9,938.43 (5%) of Php 198,768.50, if
             bid security is in Surety Bond
       LOT E-BROTHER
         a. The amount of not less than Php 3,980.00 (2%) of Php 199,000.00, 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 9,950.00 (5%) of Php 199,000.00, if
             bid security is in Surety Bond
       LOT F-SHARP
         a. The amount of not less than Php 346.50 (2%) of Php 17,325.00, 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 866.25 (5%) of Php 17,325.00, if
             bid security is in Surety Bond
21.2   For physical bid submission, Bidder shall submit [[1] original copy] and [[3]
       copies] of the first and second components of its bid. (Mark as Original copy,
       Copy1, Copy 2 and Copy 3).
       For electronic bid submission, Bidders who passed in Technical and Financial
       Eligibility Screening shall submit [[1] original copy] and [[3] copies] of the first
       and second components of its bid. (Mark as Original copy, Copy1, Copy 2 and
       Copy 3) after the Post Qualification Evaluation.
                                         12
 Section IV. General 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).
     2.2.   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.
     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.
                                            13
5.   Warranty
     6.1.   In order to assure that manufacturing defects shall be corrected by the
            Supplier, a warranty shall be required from the Supplier as provided under
            Section 62.1 of the 2016 revised IRR of RA No. 9184.
     6.2.   The Procuring Entity shall promptly notify the Supplier in writing of any
            claims arising under this warranty. Upon receipt of such notice, the Supplier
            shall, repair or replace the defective Goods or parts thereof without cost to the
            Procuring Entity, pursuant to the Generic Procurement Manual.
     If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
     severally liable to the Procuring Entity.
                                              14
  Section V. Special Conditions of Contract
         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:
         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 Mr. Silverio A. Montales, Jr., Head, SPMO/Supply Officer III
Incidental Services –
                                          15
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 –
  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;
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:
                                  16
      Any relevant HAZCHEM classifications
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 with one (1) per cent retention money that shall be
      refunded after one (1) year.
4     The inspections and tests that will be conducted are: refer to Technical
      Specifications
                                       17
                  Section VI. Schedule of Requirements
          The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
          is the date of delivery to the project site.
                                                                       Sub Total
                                                                                       14,850.00
                                                                                       56,400.00
                                                                                                   60
         Lot B-DEVELOP, RISO
  1      Developer DV116 for Develop INEO 164         Pack      5       1,370.00        6,850.00   CD
  2      Toner TN118 for Develop INEO 215             Bottle    30      3,125.00       93,750.00
  3      Toner TN513 for Develop INEO 454e            Piece      2      4,300.00        8,600.00
  4      Ink CV Black UA for Riso CV1200W             Tube      10      1,335.00       13,350.00
                                                                       Sub-Total      150,350.00
         Lot C-HP
  1      Toner Cartridge, CF276X, black, HP            cart     2      15,990.00       31,980.00
  2
         Print Cartridge, CB435A, Black, HP            cart     3       4,375.00       13,125.00
  3      Print Cartridge, CF276A, Black, HP            cart     44      6,000.00      264,000.00
  4      Print Cartridge, CF280A, Black, HP            cart     8       7,500.00       60,000.00
  5      Print Cartridge, CE285A, Black, HP            cart     13      6,250.00       81,250.00
  6      Print Cartridge, CF410A, Black, HP            cart     4      20,000.00       80,000.00
  7      Print Cartridge, CF411A, Cyan, HP             cart     4      18,750.00       75,000.00
                                                         18
8    Print Cartridge, CF412A, Yellow, HP       cart    4    18,750.00     75,000.00
9    Print Cartridge, CF413A, Magenta, HP      cart    4    18,750.00     75,000.00
10   Print Cartridge, CE278A,HP                cart    15    5,000.00     75,000.00
11   Toner Cartridge , CF226A, HP              cart    3    10,000.00     30,000.00
12   Toner Cartridge, CE740A, BLACK, HP        unit    6    15,000.00     90,000.00
13   Toner Cartridge, CF226X high yield , HP   cart    2    18,750.00     37,500.00
14   Toner Cartridge,CE741,Cyan,HP             cart    3    21,412.50     64,237.50
15   Toner Cartridge,CE742A,Yellow,HP          cart    3    21,412.50     64,237.50
16   Toner Cartridge,CE743A,Magenta,HP         cart    3    21,412.50     64,237.50
     laser imaging drum, 104A, black, HP
17
     (W104A)                                   cart    1     4,800.00      4,800.00
     never stop reload kit, 103A, black, HP
18
     (W110A)                                   cart    1       950.00        950.00
                                                            Sub-Total   1,186,317.50
     Lot D-EPSON
1    Ink Bottle , T6641- Black, EPSON          bots    84      385.00     32,340.00
2    Ink Bottle , T6642- Cyan, EPSON           bots    58      385.00     22,330.00
3    Ink Bottle , T6643- Magenta, EPSON        bots    58      385.00     22,330.00
4    Ink Bottle , T6644- Yellow, EPSON         bots    49      385.00     18,865.00
5    Ink Bottle , V100- Black, EPSON           bots    17   462.00      7,854.00
                                                 19
                                                                 Sub-Total      198,768.50
    Lot E-BROTHER
1   Ink Bottle, BT5000, Magenta, BROTHER     bots      60           501.60       30,096.00
2   Ink Bottle, BT5000, Yellow, BROTHER      bots      65           501.60       32,604.00
3   Ink Bottle,BT5000,Cyan, BROTHER          bots      60           501.60       30,096.00
4   Ink Bottle,BTD60,Black, BROTHER          bots      65           501.60       32,604.00
5   Drum, DR-2455, BROTHER                   cart       1         3,200.00        3,200.00
6   Toner Cartridge, TN2480, BROTHER         cart      12         3,300.00       39,600.00
7   Toner Cartridge, TN-2360, BROTHER        cart      10         3,080.00       30,800.00
                                                                 Sub-total      199,000.00
    Lot F-SHARP
1   Toner, MX-237FT, SHARP                   box        1         8,250.00        8,250.00
2   Toner, MX-235FT, SHARP                   box        1         9,075.00        9,075.00
                                                                 Sub-total       17,325.00
     _________________________________________
     Name and Signature of Authorized Representative
     Date:____________________
                                               20
                                              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.]
                                         21
      Lot C-HP
1     Toner Cartridge, CF276X, black, HP
2
      Print Cartridge, CB435A, Black, HP
3
      Print Cartridge, CF276A, Black, HP
4     Print Cartridge, CF280A, Black, HP
5     Print Cartridge, CE285A, Black, HP
6 •   Print Cartridge, CF410A, Black, HP
7 •   Print Cartridge, CF411A, Cyan, HP
8     Print Cartridge, CF412A, Yellow, HP
9     Print Cartridge, CF413A, Magenta, HP
10    Print Cartridge, CE278A,HP
11    Toner Cartridge , CF226A, HP
      Toner Cartridge, CE740A, BLACK,
12
      HP
      Toner Cartridge, CF226X high yield ,
13
      HP
14    Toner Cartridge,CE741,Cyan,HP
15    Toner Cartridge,CE742A,Yellow,HP
16    Toner Cartridge,CE743A,Magenta,HP
      laser imaging drum, 104A, black, HP
17
      (W104A)
      never stop reload kit, 103A, black, HP
18
      (W110A)
      Lot D-EPSON
1     Ink Bottle , T6641- Black, EPSON
2     Ink Bottle , T6642- Cyan, EPSON
3     Ink Bottle , T6643- Magenta, EPSON
4     Ink Bottle , T6644- Yellow, EPSON
5     Ink Bottle , V100- Black, EPSON
6     Ink Bottle , V200- Cyan, EPSON
7     Ink Bottle , V300- Yellow, EPSON
8     Ink Bottle , V400- Magenta, EPSON
9     Ink Bottle, 003- Black, EPSON
10    Ink Bottle, 003- Cyan, EPSON
11    Ink Bottle, 003- Magenta, EPSON
12    Ink Bottle, 003- Yellow, EPSON
                                           22
     13     RIBBON, FX2175
            Lot E-BROTHER
            Ink Bottle, BT5000, Magenta,
     1
            BROTHER
            Ink Bottle, BT5000, Yellow,
     2
            BROTHER
     3      Ink Bottle,BT5000,Cyan, BROTHER
     4      Ink Bottle,BTD60,Black, BROTHER
     5      Drum, DR-2455, BROTHER
     6      Toner Cartridge, TN2480, BROTHER
            Toner Cartridge, TN-2360,
     7
            BROTHER
            Lot F-SHARP
     1      Toner, MX-237FT, SHARP
     2      Toner, MX-235FT, SHARP
             Addition Requirements
_________________________________________
Name and Signature of Authorized Representative
Date:____________________
                                                  23
   Section VIII. Checklist of Technical and
            Financial Documents
  Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
  Technical Documents
  ⬜ (f) Statement of the prospective bidder of all its ongoing government and
           private contracts, including contracts awarded but not yet started, if any,
           whether similar or not similar in nature and complexity to the contract to be
           bid; and
  ⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC)
            similar to the contract to be bid, except under conditions provided for in
            Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184,
            within the relevant period as provided in the Bidding Documents; and
  ⬜  (h)    Original copy of Bid Security. If in the form of a Surety Bond, submit also a
            certification issued by the Insurance Commission;
            or
            Original copy of Notarized Bid Securing Declaration; and
  ⬜  (i)    Conformity with the Technical Specifications, which may include
            production/delivery schedule, manpower requirements, and/or after-
            sales/parts, if applicable; and
  ⬜ (j)     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.
                                           24
   Financial Documents
   ⬜ (k) The Supplier’s audited financial statements, showing, among others, the
             Supplier’s total and current assets and liabilities, stamped “received” by the
             BIR or its duly accredited and authorized institutions, for the preceding
             calendar year which should not be earlier than two (2) years from the date of
             bid submission; and
   ⬜ (l)     The prospective bidder’s computation of Net Financial Contracting
             Capacity (NFCC);
             or
             A committed Line of Credit from a Universal or Commercial Bank in lieu
             of its NFCC computation.
NOTE: PLEASE INQUIRE FROM THE BAC SECRETARIAT FOR A SEPARATE CHECKLIST ON
ADDITIONAL REQUIREMENTS
                                            25
                                                                                  APPENDIX “1”
                     Bid Form for the Procurement of Goods
                                 [shall be submitted with the Bid]
_________________________________________________________________________
                                        BID FORM
Date : _________________
Project Identification No. : _________________
To: [name and address of Procuring Entity]
Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or
Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity
with the said PBDs for the sum of [total Bid amount in words and figures] or the total
calculated bid price, as evaluated and corrected for computational errors, and other bid
modifications in accordance with the Price Schedules attached herewith and made part of
this Bid. The total bid price includes the cost of all taxes, such as, but not limited to: [specify
the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv)
other fiscal levies and duties], which are itemized herein or in the Price Schedules,
If our Bid is accepted, we undertake:
a. to deliver the goods in accordance with the delivery schedule specified in the Schedule of
Requirements of the Philippine Bidding Documents (PBDs);
b. to provide a performance security in the form, amounts, and within the times prescribed in the
PBDs;
c. to abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us at any
time before the expiration of that period.
Name and address Amount and Purpose of agent Currency Commission or gratuity
________________________________________________
________________________________________________
________________________________________________
(if none, state “None”) ]
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you
may receive.
We certify/confirm that we comply with the eligibility requirements pursuant to the PBDs.
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority]. GPPB Resolution No. 16-2020, dated 16
September 2020 Page 20 of 39
                                                  26
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: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________
                                          27
                                For Goods Offered From Abroad
  1     2        3      4                5               6            7            8             9
Item Descripti Countr Quantit     Unit price CIF     Total CIF    Unit Price   Unit price   Total Price
       on       y of    y          port of entry      or CIP      Delivered    Delivered     delivered
               origin           (specify port) or    price per   Duty Unpaid   Duty Paid       DDP
                                CIP named place        item        (DDU)        (DDP)       (col 4 x 8)
                                 (specify border     (col. 4 x
                                point or place of        5)
                                   destination)
  Name: ___________________________________________________________________
  Legal Capacity: ____________________________________________________________
  Signature: ________________________________________________________________
  Duly authorized to sign the Bid for and behalf of: __________________________________
                                                28
                           For Goods Offered From Within the Philippines
  1     2        3      4           5            6          7          8              9              10
Item Descripti Countr Quantit   Unit price Transporta Sales and     Cost of      Total Price,   Total Price
       on       y of    y       EXW per     tion and     other    Incidental       per unit      delivered
               origin             item     Insurance     taxes    Services, if       (col          Final
                                             and all   payable if applicable,     5+6+7+8)      Destination
                                           other costs Contract    per item                      (col 9) x
                                           incidental      is                                     (col 4)
                                                to     awarded,
                                            delivery,   per item
                                            per item
     Name: ___________________________________________________________________
     Legal Capacity: ____________________________________________________________
     Signature: ________________________________________________________________
     Duly authorized to sign the Bid for and behalf of: __________________________________
                                                 29
                         Omnibus Sworn Statement (Revised)
                            [shall be submitted with the Bid]
_________________________________________________________________________
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:
    [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
    designated representative of [Name of Bidder] with office address at [address of Bidder];
    [If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of
    [Name of Bidder], I have full power and authority to do, execute and perform any and all acts
    necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of
    the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized
    Special Power of Attorney;
    [If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
    authority to do, execute and perform any and all acts necessary to participate, submit the bid, and
    to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring
    Entity], as shown in the attached [state title of attached document showing proof of authorization
    (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of
    Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
   Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
   government/foreign or international financing institution whose blacklisting rules have been
   recognized by the Government Procurement Policy Board, by itself or by relation, membership,
   association, affiliation, or controlling interest with another blacklisted person or entity as
   defined and provided for in the Uniform Guidelines on Blacklisting;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy
   of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
   representative(s) to verify all the documents submitted;
    [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;
                                                  30
   [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is
   related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC),
   the Technical Working Group, and the BAC Secretariat, the head of the Project Management
   Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third
   civil degree;
   [If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
   [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards
   Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the
   Project Management Office or the end-user unit, and the project consultants by consanguinity or
   affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance
   with the Philippine Bidding Documents, which includes:
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any
   form of consideration, pecuniary or otherwise, to any person or official, personnel or
   representative of the government in relation to any procurement project or activity.
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
    criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or
    abuse of confidence through misappropriating or converting any payment received by a
    person or entity under an obligation involving the duty to deliver certain goods or services,
    to the prejudice of the public and the government 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 ___, 20__ at ____________,
Philippines.
                                              [Jurat]
                  [Format shall be based on the latest Rules on Notarial Practice]
                                                  31
                          Bid Securing Declaration Form
      [shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________
REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement 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 No. 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:
       a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
       b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right; and
       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]
[year] at [place of execution].
                                               32
         STATEMENT OF ALL ON-GOING GOVERNMENT AND PRIVATE CONTRACTS
  Name of the        Date of the   Contract   Owner’s Name     Contact     Kinds of   Date of Delivery   Amount of    Value of
   Contract           Contract     Duration    and Address   Person and     Goods     (Please indicate    Contract   Outstanding
                                                               Contact                 estimated date                 Contracts
                                                               Details                   of delivery)
                                                              (Tel./Cell
                                                             No. and/or
                                                                Email
                                                              Address)
Government Contracts:
Private Contracts:
Total
NOTE:
The aforesaid statement should include those contracts awarded but not yet started.
     Further, bidders should indicate “None” or “No On-going Government and/or Private
     Contracts” if they do not have any on-ongoing government and/or private contracts in
     the corresponding rows and/or column, including contracts awarded but not yet
     started, whether similar or not similar in nature and complexity to the contract to be
     bid.
                                                               33
              STATEMENT OF THE SINGLE LARGEST COMPLETED CONTRACT
Name of the     Date of    Contract   Owner’s Name      Contact      Kinds of   Amount      of        Date of
 Contract         the      Duration    and Address     Person and    Goods      Contract             Delivery
                Contract                             Contact Details            adjusted by           (Please
                                                      (Tel./Cell No.            the bidder to     indicate actual
                                                      and/or Email              current                date of
                                                        Address)                prices using         delivery)
                                                                                PSA’s
                                                                                consumer
                                                                                price index, if
                                                                                necessary
                                                                                for purposes
                                                                                of    meeting
                                                                                the     SLCC
                                                                                requirement;
Completed within Two (2) Years (June 22, 2021-June 22, 2023)
NOTE:
Bidders shall submit and attach a copy of the end-user’s acceptance or official
receipt(s) or sales invoice.
                                                 34
                              NFCC COMPUTATION
         DETAILS                               AMOUNT
Current Assets
Minus
Current Liabilities
Difference of Current
Assets      and     Current
Liabilities
Multiplied by
K                                                                15
Total (Product)
                              Minus
                                          35
Performance Securing Declaration (Revised)
[if used as an alternative performance security but it is not required to be submitted with the
Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]
_________________________________________________________________________
REPUBLIC OF THE PHILIPPINES)
CITY OF _____________________ ) S.S.
PERFORMANCE SECURING DECLARATION
Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]
To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, to guarantee the faithful performance
by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the
Contract, I/we shall submit a Performance Securing Declaration within a maximum period of
ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the
Contract.
2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement
contract with any procuring entity for a period of one (1) year for the first offense, or two (2)
years for the second offense, upon receipt of your Blacklisting Order if I/We have violated
my/our obligations under the Contract;
3. I/We understand that this Performance Securing Declaration shall cease to be valid upon:
a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the
following conditions:
i. Procuring Entity has no claims filed against the contract awardee;
ii. It has no claims for labor and materials filed against the contractor; and
iii. Other terms of the contract; or
b. replacement by the winning bidder of the submitted PSD with a performance security in
any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as
required by the end-user.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
36