Bidding Document
Bidding Document
DOCUMENTS
Sixth Edition
July 2020
0
Table of Contents
1
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.
2
CIP – Carriage and Insurance Paid.
DDP – Refers to the quoted price of the Goods, which means “delivered
duty paid.”
EXW – Ex works.
Goods – Refer to all items, supplies, materials and general support services,
except Consulting Services and Infrastructure Projects, which maybe needed
in the transaction of public businesses or in the pursuit of any government
undertaking, project or activity, whether in the nature of equipment,
furniture, stationery, materials for construction, or personal property of any
kind, including non-personal or contractual services such as the repair and
maintenance of equipment and furniture, as well as trucking, hauling,
janitorial, security, and related or analogous services, as well as
procurement of materials and supplies provided by the Procuring Entity for
such services. The term “related” or “analogous services” shall include, but
is not limited to, lease or purchase of office space, media advertisements,
health maintenance services, and other services essential to the operation
of the Procuring Entity. (2016 revised IRR, Section 5[r])
3
GOP – Government of the Philippines.
UN – United Nations.
4
Section I. Invitation to Bid
5
CITY GOVERNMENT OF PASIG
The Bids and Awards Committee
INVITATION TO BID FOR
Supply and Delivery of Various IMT Supplies and Equipment – PCDRRMO
2. The CITY GOVERNMENT OF PASIG now invites bids for the above
Procurement Project. Delivery of the Goods is required for 90
calendar days upon receipt of Notice to Proceed. Bidders should have
completed, within three (3) years from the date of submission and
receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in
Section II (Instructions to Bidders).
4. Prospective Bidders may obtain further information from the Bids and
Awards Committee through its Secretariat and inspect the Bidding
Documents at the address given below during office hours, Monday
to Friday, from 8:00 A.M. to 5 P.M.
6
6. The CITY GOVERNMENT OF PASIG will hold a Pre-Bid Conference
on 11 October 2024, 10:00 A.M. at Meeting Room, 7th Floor, Pasig
CityHall, Caruncho Avenue, San Nicolas, Pasig City, which shall be
open to prospective bidders.
10. Each Bidder shall submit one (1) sealed Mother envelope
containing:
1. ORIGINAL (SEALED AND LABELED)
1.1 Company Profile Folder
1.2 Original Technical Component and Original Financial
Components (hard copy, in 2 separate sealed envelopes)
And
Bidders shall bear all costs associated with the preparation and
submission of their bids, and THE CITY GOVERNMENT OF PASIG will
in no case, be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
Bidders should note that THE CITY GOVERNMENT OF PASIG will only
accept bids from those that have paid the applicable fee for the Bidding
Documents.
11. The CITY GOVERNMENT OF PASIG 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.
04 October 2024
SGD
Atty. Josephine C. Lati-Bagaoisan
BAC Chairperson
8
Section II. Instructions to
Bidders
9
1. Scope of Bid
2. Funding Information
2.1. The GOP through the source of funding as indicated below for
Executive Budget CY 2024 in the amount of Ten Million Pesos
Only (PhP10,000,000.00).
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.
10
other integrity violations in competing for the Project.
5. Eligible Bidders
5.2.
a. Foreign ownership exceeding those allowed under the rules
may participate pursuant to:
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
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.
7.2. Subcontracting of any portion of the Project does not relieve the
Supplier of any liability or obligation under the Contract. The
Supplier will be responsible for the acts, defaults, and negligence
of any subcontractor, its agents, servants, or workmen as fully
as if these were the Supplier’s own acts, defaults, or negligence,
or those of its agents, servants, or workmen.
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 Meeting
Room, 7th Floor, Pasig City Hall, Caruncho Avenue, San Nicolas, Pasig
12
City as indicated in paragraph 6 of the IB.
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 three (3) years prior to the deadline for
the submission and receipt of bids.
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).
ii. The cost of all customs duties and sales and other
taxes already paid or payable;
13.1. For Goods that the Bidder will supply from outside the
Philippines, the bid prices may be quoted in the local currency
or tradable 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
14
the BSP reference rate bulletin on the day of the bid opening.
a. Philippine Pesos.
14.1. The Bidder shall submit a Bid Securing Declaration or any form
of Bid Security in the amount indicated in the BDS, which shall
be not less than the percentage of the ABC in accordance with
the schedule in the BDS.
14.2. The Bid and bid security shall be valid until one hundred twenty
(120) calendar days. Any Bid not accompanied by an acceptable
bid security shall be rejected by the Procuring Entity as non-
responsive.
Each Bidder shall submit one copy of the first and second components
of its Bid.
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.
17.1. 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
15
other similar technologies will be used, attendance of
participants shall likewise be recorded by the BAC Secretariat.
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.
19.2. 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 14 shall be submitted
for each lot or item separately.
16
[] Option 3 - One Project having several items, which shall be
awarded as separate contracts per item.
20. Post-Qualification
17
Section III. Bid Data Sheet
18
INSTRUCTION TO BIDDERS
1. Bidders are requested to organize and submit their bids on the following requirements:
1. Submit First (1st) Envelope containing one (1) hard copy of the ORIGINAL Technical
Component, including the Eligibility Requirements. 1st Envelope shall be sealed and labeled
as “ORIGINAL TECHNICAL COMPONENT”
2. Submit Second (2nd) Envelope containing one (1) hard copy of the ORIGINAL Financial
Component. 2nd Envelope shall be sealed and labeled as “ORIGINAL FINANCIAL COMPONENT”
3. Submit USB Flash Drive containing one (1) soft/scanned copy of the ORIGINAL Technical
Component and Financial Component; and Excel File of the Price Schedule in USB Flash Drive
Note: The 1st Envelope, 2nd Envelope and the USB flash drive containing the soft/scanned
copy of the original technical and financial components and excel file of the price schedule
shall be enclosed in a single envelope, sealed and labeled as “ORIGINAL BID”
4. Submit USB Flash Drive containing one (1) soft/scanned copy of the Technical Component
and Financial Component. USB flash drive shall be enclosed in a separate envelope, sealed
and labeled as “COPY 1”
5. The “ORIGINAL BID” and “COPY 1” envelopes shall be enclosed in a single MOTHER ENVELOPE
sealed and properly labeled
All envelopes (1st Envelope, 2nd Envelope, Original Bid Envelope, Copy 1 Envelope and Mother
Envelope) shall be labeled as follows:
Addressed to the procuring entity’s BAC Chairperson
Name of the project/contract to be bid
Name, address and contact details of the bidder
“DO NOT OPEN BEFORE <bid opening date and time>”
Unsealed or unmarked bid envelopes shall be rejected. However, bid envelopes that are not
properly sealed and marked, as required in the bidding documents, shall be accepted,
provided that the bidder or its duly authorized representative shall acknowledge such
condition of the bid as submitted. The Procuring Entity shall not be responsible for misplaced
Bidding Documents and premature opening.
19
BIDDING DOCUMENTS AVAILABILITY AND FEE
Bidding Documents:
Bidders shall pay the applicable fee for the Bidding Documents not later than the submission
of their bids.
Secure Order of Payment for the bidding documents at the Procurement Management
Office, 4th Floor Pasig City Hall
Proceed to City Treasurer’s Office, 1st Floor Pasig City Hall for the payment of bidding
documents
Mode of payment: Cash or Manager’s/ Cashier’s Check payable to City Government of Pasig
Personal Check shall not be accepted.
Present the Official Receipt to the BAC Secretariat’s Office for the release of the complete
set of bidding documents.
REMINDERS:
Bidders may submit their bid documents days ahead of the deadline for the submission in
order to avoid late submission.
All licenses, permits and other required clearances should be valid at the time of the
submission of bids, Post-Qualification Evaluation and signing of the contract.
20
The BAC expects the bidders to exercise due diligence in going through the bid documents
so that they can prepare their bids intelligently.
Please be reminded that all queries after the issuance of Bid Bulletin will not be
entertained.
SGD
ATTY. JOSEPHINE C. LATI-BAGAOISAN
BAC Chairperson
21
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:
12 The price of the Goods shall be quoted DDP Pasig City or the
applicable International Commercial Terms (INCOTERMS) for
this Project.
19.3 [In case the Project will be awarded by lot, list the grouping of
lots by specifying the group title, items, and the quantity for
every identified lot, and the corresponding ABC for each lot.]
[In case the project will be awarded by item, list each item
indicating its quantity and ABC.]
23
Section IV. General Conditions of
Contract
24
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.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by
the Bidder from the Procuring Entity but in no case later than the
signing of the Contract by both parties, the successful Bidder shall
furnish the performance security in any of the forms prescribed in
Section 39 of the 2016 revised IRR of RA No. 9184.
25
tests in the SCC, Section VII (Technical Specifications) shall
specify what inspections and/or tests the Procuring Entity requires,
and where they are to be conducted. The Procuring Entity shall notify
the Supplier in writing, in a timely manner, of the identity of any
representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing
of Goods, including access to drawings and production data, shall be
provided by the Supplier to the authorized inspectors at no charge to
the Procuring Entity.
5. Warranty
5.2 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.
26
Section V. Special Conditions of
Contract
27
Special Conditions of Contract
GCC
Clause
1 Please see Attached Terms of Reference/Terms and
Conditions/Additional requirements (if any)
Incidental Services –
The Contract price for the Goods shall include the prices
charged by the Supplier for incidental services and shall not
exceed the prevailing rates charged to other parties by the
Supplier for similar services.
Spare Parts –
Packaging –
Transportation –
32
Section VI. Scheduleof Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a
delivery date which is the date of delivery to the project site.
Delivered,
Item
Description Quantity Total Weeks/
No.
Months
1 Magnetic
1 Whiteboard 20pcs 20pcs -within 90
2 Clear Transparent Acrylic Desk 400pcs 400pcs calendar
Stand name Plate Holder days upon
3 Stackable Office Box Organizer 200pcs 200pcs receipt of
4 Wheeled Industrial Tote Plastic 200pcs 200pcs Notice to
5 Top Flipchart 40pcs 40pcs Proceed
6 Pasig City Map 20pcs 20pcs
7 Pasig City Barangay Maps 180pcs 180pcs
8 Bluetooth UHF Wireless Voice 100units 100units
Amplifier Promotion U-Disk MP3
9 Embossed Label Maker 100pcs 100pcs
10 3D Glossy Embossing Tape 600pcs 600pcs
11 Water Dispenser Bottom Load 20pcs 20pcs
12 Air Cooler with UV Light 20units 20units
13 Power Station 20units 20units
14 Cable reel 80rolls 80rolls
15 4ft Folding Half Table with 100pcs 100pcs
Foldable Steel Legs
16 Monoblock Chair 100pcs 100pcs
17 trouble light 80units 80units
18 Raincoat 1,000pairs 1,000pairs
19 High Cut Steel Toe Steel Plate 1,000pairs 1,000pairs
(Midsole) Safety Rubber Boots
33
Section VII. Technical
Specifications
34
Technical Specifications
35
2 Clear Transparent Acrylic
Desk Stand name Plate
Holder
- Atleast 12" x 4" x 4" / 30
cm x 10 cm x 10 cm)
Double Sided
3 Stackable Office Box
Organizer
- 28 Liters with Handle
4 Wheeled Industrial Tote
Plastic
- 40 gallon , Black
- Oyside Dimension:
Atleast 36 3/4" x 21 3/8"
x 18"
- The 160 Qt Wheeled
Storage Box
- Durable channeled walls
provide added strength
while clear base allows
you to quickly identify
contents – Black
- Interior Dimensions at
bottom: Atleast 30 1/2" x
16" x 17 1/8"
- Rugged construction with
robust non-slip grip
latches
- Ergonomic handle rotates
up for easy pulling and
large wheels with metal
axle allow for rolling over
rough syrfaces
- Deep recessed lids offer
secure stacking
capabilities helping to
maximize available
storage space
- Tight fit drip-resistant lid
provides maximum
protection against items
getting wet
- BPA - free and phthalate
- free
5 Top Flipchart, W/ 2' x 3' Ft.
Magnetic Whiteboard with
Folding stand
6 Pasig City Map, 4 x 3 feet
Sintra board
36
7 Pasig City Barangay Maps, 3
x 2 feet Sintra board (3 pcs
per barangay)
8 Bluetooth UHF Wireless
Voice Amplifier Promotion U-
Disk MP3
- Megaphone Microphone
Speaker
- Bluetooth 4.0
- UFH Technology
- Output Power: 15W
- Impedance: 3 ohm
- Weight: at least 282g
- Battery Capacity:
2400mAh
- Music Time: at least 8
Hours
- Megaphone Time: at
least 12 Hours
- Size: 128*90*37mm
- Connection Distance:
50m
9 Embossed Label Maker
10 3D Glossy Embossing Tape
- Atleast (blue) 1 x roll
- Size: 3/8 inch x 9.8 ft
11 Water Dispenser Bottom
Load, Water Dispenser
feature hot water, cold
water power consumption:
585 Capacity (5 litres)input
voltage: 230
water Dispenser Type:
Freestanding
12 Air Cooler with UV Light
- 105 watts for up to 30
sqm. Area
- 3,000 m³/h strong and
quiet airflow
- 3 Fan speed
- 3 sides cooling pad
- Automatic swing function
- 35 liters water tank
capacity
- Soft touch control panel
w / LED
- 1 to 12 hours timer
- Top water / ice pack
37
chamber for fast cooling
- Automatic shut - off
water pump
- Floor Standing,Body level
height
- Compact and modern
design
- With 360° UV Light to
eliminate virus / bacteria
& Sterilize the
sorrounding air
- With two ice packs
- With remote controller
- With caaster wheels
Dimension: Inches
- Atleast (L) 17" x (W) 13"
x (H) 39"
13 Power Station
- Power Station 800W
- 800watt power inverter
- Two Universal AC outlets
- One 12 volts accessory
outlet for powering DC
appliance
(loads up to 11 amps)
- Three USB power ports
for charging /operating
cell phones, MPA players
and tablet PC's - LED area
light.
- AC recharging Adapter
- DC recharging adapter
(fused)
- Digital voltmeter for
checking battery status,
- Control panel with LED
digit display- VAC, HZ,
WATT, VDC
- Solar power jack
- Chainable auxiliary
battery terminals
- jump start cable and
clamp
- Initial AC charge: up to
20 hours
- Solar Panel charging
time: 7.6 hours peak
sunlight
38
14 Cable reel
- 3800W
- 30 meters
- #16 / 3C x 30 Meters
- Steel Dum
- On / Off Switch
- Royal Cord
15 4ft Folding Half Table with
Foldable Steel Legs,
(122*60*74cm)
16 Monoblock Chair
- Durable, reinforced with
fiberglass
- Chair with a stable back
design and a stable base
- With UV Stabilizer
- non - slip furniture pads
to keep the chair in place
- This lightweight and
stackable
- personalized labeling
Umaagos and Pag-Asa
Logo
17 trouble light, 5A 220V E27
200W, Trouble Light 200W
220V Max Capacity
Incandescent Bulbs
18 Raincoat
- With Umaagos and Pag-
Asa Logo at the back
- 21 cm x 3o cm in size
Waterproof Rain Gear
Safety Jacket & Pants
with Reflector Industrial
Rain Wear (Luminous)
Safety Gear PPE
- High visibility rainwear
jacket and pants
- Waterproof with sealed
seams
- Reflective Material
- Storm flap for protection
against wind and rain
- Elastic waist pant with
draw cord
- 2 inch. silver reflective
tapes enhances visibility
in low-light conditions
- Heat welded seams
39
- Non-conductive
hardware
- Non- rusting closures
- Raglan sleeve design for
comfort and freedom of
movement
- 100% waterproof
- Quantity:
Small -150
Medium-150
Large-150
XL-150
2XL-150
3XL-150
4XL-50
5XL-50
19 High Cut Steel Toe Steel
Plate (Midsole) Safety
Rubber Boots
- Foot Protection Steel Toe
cap Boots Work Boots
Rain Boots
- Steel Toe Cap
- Steel Midsole
- Yellow sole
- Rubber
- High Cut
- Quantity
Size 5-100
Size 6-150
Size 7-150
Size 8-150
Size 9-150
Size 10-100
Size 11-100
Size 12-100
I hereby commit to comply with all the above technical specifications and
provisions in the Terms of Reference and/or Bid Bulletin, if any.
Company Name
40
TERMS OF REFERENCE
41
42
Items to be Bid
APPROVED APPROVED
ITEM
QTY UOM UNIT PRICE BUDGET FOR THE DESCRIPTION
NO.
(PHP) CONTRACT (PHP)
1 1 20 pcs 20,000.00 400,000.00 Magnetic Whiteboard
2 400 pcs 320.00 128,000.00 Clear Transparent Acrylic
Desk Stand name Plate
Holder
3 200 pcs 1,500.00 300,000.00 Stackable Office Box
Organizer
4 200 pcs 2,500.00 500,000.00 Wheeled Industrial Tote
Plastic
5 40 pcs 8,000.00 320,000.00 Top Flipchart
6 20 pcs 5,000.00 100,000.00 Pasig City Map
7 180 pcs 3,000.00 540,000.00 Pasig City Barangay Maps
8 100 units 7,000.00 700,000.00 Bluetooth UHF Wireless
Voice Amplifier Promotion U-
Disk MP3
9 100 pcs 2,000.00 200,000.00 Embossed Label Maker
10 600 pcs 350.00 210,000.00 3D Glossy Embossing Tape
11 20 pcs 25,100.00 502,000.00 Water Dispenser Bottom
Load
12 20 units 25,000.00 500,000.00 Air Cooler with UV Light
13 20 units 30,000.00 600,000.00 Power Station
14 80 rolls 15,000.00 1,200,000.00 Cable reel
15 100 pcs 7,000.00 700,000.00 4ft Folding Half Table with
Foldable Steel Legs
16 100 pcs 2,000.00 200,000.00 Monoblock Chair
17 80 units 2,500.00 200,000.00 trouble light
18 1,000 pairs 1,500.00 1,500,000.00 Raincoat
19 1,000 pairs 1,200.00 1,200,000.00 High Cut Steel Toe Steel
Plate (Midsole) Safety
Rubber Boots
TOTAL 10,000,000.00
Note: The prices per item in the total bid offer (regardless if the project is considered
as one contract or several lots) must not exceed the approved unit price per item.
43
Section VIII. Checklist of
Technical and Financial
Documents
44
Checklist of Technical and Financial
Documents
Technical Documents
□ (b) 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
□ (c) 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
□ (d) 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
□ (e) Conformity with the Technical Specifications, which may
include production/delivery schedule, manpower
requirements, and/or after-sales/parts, brand name, if
applicable;
and
□ (f) 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.
□ (g) Bid Bulletin/s, if any;
Financial Documents
□ (h) The prospective bidder’s computation of Net Financial
Contracting Capacity (NFCC);
or
45
A committed Line of Credit from a Universal or Commercial
Bank in lieu of its NFCC computation.
46
Bidding Forms
APPENDIX “1”
BID FORM
Date :
Project Identification No. :
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
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].
We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.
Name:
Legal capacity:
Signature:
Duly authorized to sign the Bid for and behalf of:
Date:
48
Price Schedule for Goods Offered from Abroad
[shall be submitted with the Bid if bidder is offering goods from Abroad]
1 2 3 4 5 6 7 8 9
Item Description Country Quantity Unit price CIF Total CIF Unit Price Unit price Total Price
of origin port of entry Delivered Delivered delivered
or CIP
(specify port) or Duty Unpaid Duty Paid DDP
price per
(DDU) (DDP) (col 4 x 8)
CIP named place item
Name:
Legal Capacity:
Signature:
49
Price Schedule for Goods Offered from Within the Philippines
[shall be submitted with the Bid if bidder is offering goods from within the Philippines]
Name:
Legal Capacity:
Signature:
50
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;
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
51
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 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.
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
52
Republic of the Philippines
BIDS AND AWARDS COMMITTEE
City Government of Pasig
Name of Bidder:
Project Name:
FINANCIAL DOCUMENTS
h. The prospective bidder’s
computation of Net Financial
Contracting Capacity (NFCC) OR
NOTE: Any missing document/s on the above-mentioned checklist is a ground for outright
disqualification / rejection of the bid.
PASSED
FAILED
54
II. FINANCIAL COMPONENT ENVELOPE FOR THE PROCUREMENT OF GOODS
AND SERVICES
PASSED
FAILED
ACKNOWLEDGMENT: (Please see above “note” Do not fill up/sign if documents are
marked passed)
This is to acknowledge receipt of the first and second envelopes which are being
returned because of disqualification due to deficiencies and non-compliance with
checklist therein.
Attested by:
56
Annex C
Year 20
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth(1-3)
6. Net Working Capital(2-4)
B. The Net Financial Contracting Capacity (NFCC) based on the above data is
computed as follows:
The values of the domestic bidder's current assets and current liabilities shall
be based on the latest Audited Financial Statements (AFS) submitted to the
BIR.
NFCC=P
Submitted by:
Name of Supplier/Distributor/Manufacturer:
Date:
57
58
59
annex “A”
60
63