0% found this document useful (0 votes)
35 views36 pages

Bidding Document - 14

This document is an invitation to bid for the supply and delivery of consolidated printing consumables at Bukidnon State University. It provides relevant details such as the approved budget, bid requirements, pre-bid conference details, deadlines and addresses for submission. The winning bidder will be selected based on pass/fail criteria to supply the items within 60 calendar days.

Uploaded by

tadienguio.avail
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views36 pages

Bidding Document - 14

This document is an invitation to bid for the supply and delivery of consolidated printing consumables at Bukidnon State University. It provides relevant details such as the approved budget, bid requirements, pre-bid conference details, deadlines and addresses for submission. The winning bidder will be selected based on pass/fail criteria to supply the items within 60 calendar days.

Uploaded by

tadienguio.avail
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 36

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

PHILIPPINE BIDDING DOCUMENTS


(As Harmonized with Development Partners)

Government of the Republic of the Philippines

INVITATION TO BID ON THE SUPPLY AND DELIVERY OF


CONSOLIDATED PRINTING CONSUMABLES-FUND 101
(2ND QTR) SUB-LOT, GS-P23-2023-06-22

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

INVITATION TO BID ON THE SUPPLY AND DELIVERY OF CONSOLIDATED


PRINTING CONSUMABLES-FUND 101 (2ND QTR)SUB-LOT, GS-P23-2023-06-22

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.

a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or


organizations with at least sixty percent (60%) interest or outstanding capital
stock belonging to citizens of the Philippines, and to citizens or organizations of a
country the laws or regulations of which grant similar rights or privileges to
Filipino citizens, pursuant to RA No. 5183.

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.

5. A complete set of Bidding Documents may be acquired by interested Bidders on June


03, 2023 from the given address and website(s) below Bids and Awards Committee
(BAC) Office, 1ST Floor Supply, Research & Extension Building, Bukidnon State
University, in the amount of Five Thousand Pesos Only (Php 5,000.00). The Procuring
Entity shall allow the bidder to present its proof of payment for the fees [Official
Receipt, Payment Form and Deposit Slip through online].

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.

12. For further information, please refer to:


Mr. Leonard D. Danao
Head, BAC Secretariat
Fortich St., Malaybalay City, Bukidnon, 8700
Tel. Nos. 088-813-5661 to 5663/ Cell No. 0917-816-2400
website: www.buksu.edu.ph
For Delivery of Items:
Mr. Silverio A. Montales, Jr.(SPMO)-0917-315-7516

13. You may visit the following websites:


For downloading of Bidding Documents:[ www.philgeps.gov.ph]
For online bid submission: [buksubacsecretariat@buksu.edu.ph]

Date of Issue: June 03, 2023

(SGD) ROSANNA S. GENERATO


BAC Chairperson on Goods & Services

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.

The Procurement Project Supply and Delivery of Consolidated Printing


Consumables-Fund 101 (2nd Qtr) sub-lot with identification number GS-P23-2023-
06-22 is composed of SUB-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 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.

2.2. The source of funding is:

a. NGA, the General Appropriations Act or Special Appropriations.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may
affect the cost, duration and execution or implementation of the contract, project, or
work and examine all instructions, forms, terms, and project requirements in the
Bidding Documents.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices


The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.

5
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.

The Procuring Entity has prescribed that Subcontracting is not allowed.

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.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

10. Documents comprising the Bid: Eligibility and Technical Components

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. Documents comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial
Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

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. Bid Prices


12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already
paid or payable;

7
iii. The cost of transportation, insurance, and other costs incidental to
delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in e.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in


Section VII (Technical Specifications).

13. Bid and Payment Currencies


13.1. For Goods that the Bidder will supply from outside the Philippines, the bid
prices may be quoted in the local currency or tradeable currency accepted by
the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies, shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in Philippine Pesos.

14. Bid Security


14.1. The Bidder shall submit a Bid Securing Declaration2 or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid until 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.

15. Sealing and Marking of Bids


Each Bidder shall submit three (3) copies 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.

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.

16. Deadline for Submission of Bids


16.1. 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. Opening and Preliminary Examination of Bids


17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

18. Domestic Preference


18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


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.
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.

21. Signing of the Contract


21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.
9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.

10
Section III. Bid Data Sheet
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:

a. Supply and Delivery of Consolidated Printing Consumables-Fund 101


(2nd Qtr) sub-lot with identification number GS-P23-2023-06-22.

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

c. If the bid security is in the form of a Bid Securing Declaration, address it


to the Board of Regents, Bukidnon State University
19.3 Partial bids are allowed. One Project having several items grouped into several
lots, which shall be awarded as separate contracts per lot.

LOT A-FUJI Php 56,400.00


LOT B-DEVELOP, RISO Php 150,350.00
LOT C-HP Php 1,186,317.50
LOT D-EPSON Php 198,768.50
LOT E-BROTHER Php 199,000.00
LOT F-SHARP Php 17,325.00
==============
Php 1,808,161.00
20.2 Please refer to Technical Specifications on the additional requirements

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.

Please refer to the Checklist of Requirements for further instructions

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. Advance Payment and Terms of Payment


2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the
partial or staggered delivery of the Goods procured, provided such partial
payment shall correspond to the value of the goods delivered and accepted in
accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.

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.

4. Inspection and Tests


The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project

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.

6. Liability of the Supplier


The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

14
Section V. Special Conditions of Contract

Special Conditions of Contract


GCC
Clause
1 Delivery and Documents –

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:

“The delivery terms applicable to this Contract are delivered at Procurement


and Property Management Office, 1ST Floor Supply, Research & Extension
Building, Bukidnon State University. 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 Mr. Silverio A. Montales, Jr., Head, SPMO/Supply Officer III

Incidental Services –

The Supplier is required to provide all of the following services, including


additional services, if any, specified in Section VI. Schedule of Requirements:
Select appropriate requirements and delete the rest.

a. performance or supervision of on-site assembly and/or start-up of the


supplied Goods;
b. furnishing of tools required for assembly and/or maintenance of the
supplied Goods;
c. furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied Goods;
d. performance or supervision or maintenance and/or repair of the
supplied Goods, for a period of time agreed by the parties, provided
that this service shall not relieve the Supplier of any warranty
obligations under this Contract; and

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 –

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;

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.

The Supplier shall carry sufficient inventories to assure ex-stock supply of


consumable spare parts or components for the Goods for a period of one (1)
month.

Spare parts or components shall be supplied as promptly as possible, but in any


case, within of one (1) month months of placing the order.

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:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions

16
Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be


placed on an accessible point of the outer packaging if practical. If not practical
the packaging list is to be placed inside the outer packaging but outside the
secondary packaging.

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.

Intellectual Property Rights –

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.

UOM Unit Cost Total Cost Delivered,


Item
Number
Description Qnty Weeks/Mos.

Supply and Delivery of Consolidated


Printing Consumables-Fund 101 (2nd Qtr)
sub-lot with identification number GS-P23-
2023-06-22
Lot A-FUJI
1 TONER CARTRIDGE K 9000 YIELD,
BLACK, FUJI XEROX, CT203020 cart 3 3,950.00 11,850.00
TONER CARTRIDGE C 3000 YIELD, cart
2
BLUE, FUJI XEROX, CT203021 3 4,950.00 14,850.00
TONER CARTRIDGE M 3000 YIELD, cart
3
MAGENTA, FUJI XEROX, CT203022 3 4,950.00 14,850.00
TONER CARTRIDGE Y 300 YIELD, cart
4
YELLOW, FUJI XEROX, CT203023 3 4,950.00

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

5 Master CV B4 Roll 10 2,780.00 27,800.00

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

6 Ink Bottle , V200- Cyan, EPSON bots 17 462.00 7,854.00


7 Ink Bottle , V300- Yellow, EPSON bots 17 462.00 7,854.00
8 Ink Bottle , V400- Magenta, EPSON bots 17 462.00 7,854.00
9 Ink Bottle, 003- Black, EPSON bots 74 350.00 25,900.00
10 Ink Bottle, 003- Cyan, EPSON bots 43 350.00 15,050.00
11 Ink Bottle, 003- Magenta, EPSON bots 43 350.00 15,050.00
12 Ink Bottle, 003- Yellow, EPSON bots 38 350.00 13,300.00
13 RIBBON, FX2175 piece 5 437.50 2,187.50

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

Total Amount 1,808,161.00

_________________________________________
Name and Signature of Authorized Representative
Date:____________________

Section VII. Technical Specifications


Technical Specifications
Item Specification Statement of Compliance

[Bidders must state here either


“Comply” or “Not Comply” against
each of the individual parameters of
each Specification stating the
corresponding performance parameter
of the equipment offered. Statements of
“Comply” or “Not Comply” must be
supported by evidence in a Bidders Bid

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.]

Buyer’s Specification Bidder’s Specification

Supply and Delivery of Consolidated


Printing Consumables-Fund 101(2nd
Qtr) sub-lot with identification number
GS-P23-2023-06-22
Lot A-FUJI
TONER CARTRIDGE K 9000
1
YIELD, BLACK, FUJI XEROX,
CT203020
TONER CARTRIDGE C 3000
2 YIELD, BLUE, FUJI XEROX,
CT203021
TONER CARTRIDGE M 3000
3 YIELD, MAGENTA, FUJI XEROX,
CT203022
TONER CARTRIDGE Y 300 YIELD,
4
YELLOW, FUJI XEROX, CT203023
Lot B-DEVELOP, RISO
Developer DV116 for Develop INEO
1
164
2 Toner TN118 for Develop INEO 215
3 Toner TN513 for Develop INEO 454e
4 Ink CV Black UA for Riso CV1200W
5
Master CV B4

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

Bidder must have a Regional Presence


or a Regional Service Partner within
Region 10 and or Region 11
Must be an authorized reseller of the
product being quoted. Certificate of
Re-Sellership/ Dealership must be
included in the bid docs (for ICT
Equipment, ICT Supplies, other
Equipment and Printing Consumables)
Detailed Manpower Requirements
with Organizational Chart
1 Year Warranty on Parts & Labor

_________________________________________
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

Class “A” Documents


Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its
equivalent document,
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved
by the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (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.

Class “B” Documents


⬜ (m) If applicable, a duly signed joint venture agreement (JVA) in case the joint
venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.

Other documentary requirements under RA No. 9184 (as applicable)


⬜ (n) [For foreign bidders claiming by reason of their country’s extension of
reciprocal rights to Filipinos] Certification from the relevant government
office of their country stating that Filipinos are allowed to participate in
government procurement activities for the same item or product.
⬜ (o) Certification from the DTI if the Bidder claims preference as a Domestic
Bidder or Domestic Entity.

25 FINANCIAL COMPONENT ENVELOPE


⬜ (a) Original of duly signed and accomplished Financial Bid Form; and
⬜ (b) Original of duly signed and accomplished Price Schedule(s).

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.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner:


Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and
to contract execution if we are awarded the contract, are listed below:

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

Name of Bidder _________________________ Project ID No._________ Page ___ of ___

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

Name of Bidder ________________________ Project ID No._________ Page ___of___

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]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

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:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

[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];

2. [Select one, delete the other:]

[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;

6. [Select one, delete the rest:]

[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:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any;
and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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.

[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]

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.

BID SECURING DECLARATION

Project Identification No.: [Insert number]


To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:

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].

[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]

32
STATEMENT OF ALL ON-GOING GOVERNMENT AND PRIVATE CONTRACTS

Kindly supply the required information in the spaces provided.

Name of Bidder . Invitation to Bid Number . Page of


.

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

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

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

Kindly supply the required information in the spaces provided.

Name of Bidder . Invitation to Bid Number . Page of


.

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)

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

NOTE:

Bidders shall submit and attach a copy of the end-user’s acceptance or official
receipt(s) or sales invoice.

34
NFCC COMPUTATION

Kindly supply the required information in the spaces provided.

Name of Bidder . Invitation to Bid Number . Page of


.

DETAILS AMOUNT
Current Assets

Minus

Current Liabilities
Difference of Current
Assets and Current
Liabilities

Multiplied by

K 15
Total (Product)
Minus

Total value of all


outstanding projects.
Total NFCC Computation

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

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

You might also like