Procurement of Goods: Hilippine Idding Ocuments
Procurement of Goods: Hilippine Idding Ocuments
Procurement of
    GOODS
Government of the Republic of the Philippines
                  Sixth Edition
                    July 2020
                        0
                                         Preface
         These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by any
branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures and
practices presented in this document have been developed through broad experience, and are
for mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.
        The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.
       Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
       Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:
       a.      All the documents listed in the Table of Contents are normally required for the
               procurement of Goods. However, they should be adapted as necessary to the
               circumstances of the particular Procurement Project.
       b.      Specific details, such as the “name of the Procuring Entity” and “address for bid
               submission,” should be furnished in the Instructions to Bidders, Bid Data Sheet,
               and Special Conditions of Contract. The final documents should contain
               neither blank spaces nor options.
       c.      This Preface and the footnotes or notes in italics included in the Invitation to
               Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
               Contract, Schedule of Requirements, and Specifications are not part of the text
               of the final document, although they contain instructions that the Procuring
               Entity should strictly follow.
                                              1
d.   The cover should be modified as required to identify the Bidding Documents as
     to the Procurement Project, Project Identification Number, and Procuring
     Entity, in addition to the date of issue.
f.   For guidelines on the use of Bidding Forms and the procurement of Foreign-
     Assisted Projects, these will be covered by a separate issuance of the
     Government               Procurement             Policy            Board.
                                    2
                                      Table of Contents
                                             3
           Glossary of Acronyms, Terms, and
                      Abbreviations
ABC – Approved Budget for the Contract.
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
                                              4
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
EXW – Ex works.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as 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])
                                              5
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])
Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier
as used in these Bidding Documents may likewise refer to a distributor, manufacturer,
contractor, or consultant.
UN – United Nations.
                                              6
 .
                           REPUBLIC OF THE PHILIPPINES
                             OFFICE OF THE PRESIDENT
               METROPOLITAN MANILA DEVELOPMENT AUTHORITY
                (Pangasiwaan Sa Pagpapaunlad Ng Kalakhang Maynila)
                                  ISO 9001 : 2015 CERTIFIED
IB-2024-059-GOODS-MPSO
1.   The Government of the Philippines (GOP), through the 2024 LOCAL FUND Regular
     2024 CURRENT intends to apply the sum of PESOS: One Million One Hundred
     Eighty-eight Thousand Seven Hundred Eighty-five and 64/100 Only (PHP
     1,188,785.64) being the ABC to payments under the contract for the Supply and
     Delivery of Office Equipment and Software Needed by The MMDA K-9 Sar Unit –
     Public Safety Division. Bids received in excess of the ABC shall be automatically
     rejected at bid opening.
2.   The Metropolitan Manila Development Authority (MMDA) now invites bids for the
     above Procurement Project. Delivery of the Goods is required Thirty (30) calendar
     days upon issuance of Notice to Proceed. Bidders should have completed, within five
     (5) years (CY’s 2019, 2020, 2021, 2022 and 2023) from the date of submission and
     receipt of bids, a contract similar to the Project. The description of an eligible bidder is
     contained in the Bidding Documents, particularly, in Section II (Instructions to
     Bidders).
3.   Bidding will be conducted through open competitive bidding procedures using a non-
     discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
     and Regulations (IRR) of Republic Act (RA) No. 9184,
4.   Prospective Bidders may obtain further information from BAC Secretariat and inspect
     the Bidding Documents at BAC Secretariat at the 9th Floor, Supply and Property
     Division MMDA New Bldg., Dona Julia Vargas Avenue Corner Molave Street,
     Barangay Ugong, Pasig City from 8:00 AM to 5:00 PM, Mondays to Fridays starting 25
     September 2024 at telephone number: 8898-4200 local 9006. Order of payment signed
     by BAC Secretariat head or his authorized representative must be secured at his office
     stated at paragraph 10.
                                              7
            the website of the Metropolitan Manila Development Authority and upon payment of
            the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued
            by the GPPB, in the amount of Pesos: Five Thousand (Php 5,000.00). The Procuring
            Entity shall allow the bidder to present its proof of payment for the fees shall be
            presented through electronic means or personally presented.
  7.        Bids must be duly received by the BAC Secretariat through Manual Submission at the
            Lobby Guard, MMDA New Bldg., Dona Julia Vargas Avenue Corner Molave Street,
            Barangay Ugong, Pasig City on or before 16 October 2024, 9:00 am. Late bids shall
            not be accepted. All Bids must be accompanied by a bid security in any of the
            acceptable forms and in the amount stated in ITB Clause 14.
  8.        Bid opening shall be on 16 October 2024, 11:10 am at the GM’s Conference Room,
            18th Floor, MMDA New Bldg., Dona Julia Vargas Avenue Corner Molave Street,
            Barangay Ugong, Pasig City. Bids will be opened in the presence of the bidders’
            representatives who choose to attend the activity.
  9.        The Metropolitan Manila Development Authority (MMDA) 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.
                                                                            ________________________________
                                                                               Atty. Victor Pablo C. Trinidad
                                                                            Bids and Awards Committee Chairman
 1May 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.
                                                             8
              Section II. Instructions to Bidders
1.   Scope of Bid
The Procuring Entity, M E T R O P O L I T A N M AN IL A D EV EL O P M E NT A U T H O R IT Y
wishes to receive Bids for the Supply and Delivery of Office Equipment and Software
Needed by the MMDA K-9 SAR Unit – Public Safety Division.
The Procurement Project (referred to herein as “Project”) is composed of ONE (1) lot, the
details of which are described in Section VII (Technical Specifications).
2.   Funding Information
       2.1.   The GOP through the source of funding as indicated below in the amount of
              One Million One Hundred Eighty-eight Thousand Seven Hundred Eighty-five
              Pesos and 64/100 Only (PHP 1,188,785.64);
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.
                                             9
5.   Eligible Bidders
      5.1.   Only Bids of Bidders found to be legally, technically, and financially capable
             will be evaluated.
      5.2.
             a.   Foreign ownership exceeding those allowed under the rules may
                  participate pursuant to:
                    iii.   When the Goods sought to be procured are not available from
                           local suppliers; or
      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:
      5.4.   The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
             2016 IRR of RA No. 9184.
6.   Origin of Goods
      There is no restriction on the origin of goods other than those prohibited by a decision
      of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
      to Domestic Preference requirements under ITB Clause 18.
7.   Subcontracts
             The Procuring Entity has prescribed that:
                                             10
8.   Pre-Bid Conference
     The Procuring Entity will hold a pre-bid conference for this Project will be on
     02 October 2024, 11:10 am at the GM’s Conference Room, 18th Floor, MMDA New
     Bldg., Dona Julia Vargas Avenue Corner Molave Street, Barangay Ugong, Pasig City
     and/or through videoconferencing/webcasting} as indicated in paragraph 6 of the IB.
      10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
            within FIVE (5) years prior to the deadline for the submission and receipt of
            bids.
      10.3. If the eligibility requirements or statements, the bids, and all other documents
            for submission to the BAC are in foreign language other than English, it must
            be accompanied by a translation in English, which shall be authenticated by the
            appropriate Philippine foreign service establishment, post, or the equivalent
            office having jurisdiction over the foreign bidder’s affairs in the Philippines.
            Similar to the required authentication above, for Contracting Parties to the
            Apostille Convention, only the translated documents shall be authenticated
            through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May
            2019. The English translation shall govern, for purposes of interpretation of the
            bid.
      11.3.   Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
              accepted.
                                             11
      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.
                     ii.    The cost of all customs duties and sales and other taxes already
                            paid or payable;
                      i.    Unless otherwise stated in the BDS, the price of the Goods shall
                            be quoted delivered duty paid (DDP) with the place of destination
                            in the Philippines as specified in the BDS. In quoting the price,
                            the Bidder shall be free to use transportation through carriers
                            registered in any eligible country. Similarly, the Bidder may obtain
                            insurance services from any eligible source country.
      12.2.   Discounts shall be incorporated in the BID OFFER. The Bid amount shall be
              written in words and in figures. Failure to comply, the Bid shall be Rejected.
              a.   Philippine Pesos.
.
                                               12
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 only for Thirty (30) Days. Any Bid not
               accompanied by an acceptable bid security shall be rejected by the Procuring
               Entity as non-responsive.
         The Procuring Entity may request additional hard copies and/or electronic copies of the
         Bid. However, failure of the Bidders to comply with the said request shall not be a
         ground for disqualification.
         If the Procuring Entity allows the submission of bids through online submission or any
         other electronic means, the Bidder shall submit an electronic copy of its Bid, which
         must be digitally signed. An electronic copy that cannot be opened or is corrupted shall
         be considered non-responsive and, thus, automatically disqualified.
                   In case the Bids cannot be opened as scheduled due to justifiable reasons, the
                   rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
                   9184 shall prevail.
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.
                                                            13
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.
     19.2. 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
     19.3. 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.
     19.4. 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.
             Option 1 – One Project having several items that shall be awarded as one
             contract.
     19.6. 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
     20.1.   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, unless
             provided OTHERWISE by BDS.
     20.2    Bid Bulletins should be part and parcel of the submission of the Bidder.
             Failure to attach a copy shall be a ground for disqualification.
                                            14
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.
                                        15
                  Section III. Bid Data Sheet
                              Bid Data Sheet
 ITB
Clause
 5.3     For this purpose, contracts similar to the Project shall be:
12 Not Applicable
14.1     The bid security shall be in the form of a Bid Securing Declaration, or any of the
         following forms and amounts:
             a. The amount of not less than two percent (2%) of ABC in the amount of
                 PESOS: Twenty-three Thousand, Seven Hundred Seventy-Five & 71/100
                 (PhP23,775.71) 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 five percent (5%) of ABC in the amount of
                 PESOS: Fifty-nine Thousand Four Hundred Thirty Nine & 28/100
                 (PhP59,439.28), if bid security is in Surety Bond.
 20.1    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, unless provided OTHERWISE by BDS.
 20.2    Bid Bulletin shall be attached.
 21.2    All Contracts must be accompanied by attachments. All lease agreements must be
         accompanied by attachments showing ownership or title. Failure to comply, the
         BID shall be rejected.
                                             16
 Section IV. General Conditions of Contract
1.   Scope of Contract
     This Contract shall include all such items, although not specifically mentioned, that can
     be reasonably inferred as being required for its completion as if such items were
     expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
     IRR, including the Generic Procurement Manual, and associated issuances, constitute
     the primary source for the terms and conditions of the Contract, and thus, applicable
     in contract implementation. Herein clauses shall serve as the secondary source for the
     terms and conditions of the Contract.
     This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
     9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
     activities, the advertisement, posting, or invitation of which were issued after the
     effectivity of the said amendment.
     Additional requirements for the completion of this Contract shall be provided in the
     Special Conditions of Contract (SCC).
     2.2.   The Procuring Entity is allowed to determine the terms of payment on the
            partial or staggered delivery of the Goods procured, provided such partial
            payment shall correspond to the value of the goods delivered and accepted in
            accordance with prevailing accounting and auditing rules and regulations. The
            terms of payment are indicated in the SCC.
3.   Performance Security
     Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
     the Procuring Entity but in no case later than prior to the signing of the Contract by
     both parties, the successful Bidder shall furnish the performance security in any of the
     forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.
                                            17
     All reasonable facilities and assistance for the inspection and testing of Goods,
     including access to drawings and production data, shall be provided by the Supplier to
     the authorized inspectors at no charge to the Procuring Entity.
5.   Warranty
     5.1    In order to assure that manufacturing defects shall be corrected by the Supplier,
            a warranty shall be required from the Supplier as provided under Section 62.1
            of the 2016 revised IRR of RA No. 9184.
     5.2    The Procuring Entity shall promptly notify the Supplier in writing of any claims
            arising under this warranty. Upon receipt of such notice, the Supplier shall,
            repair or replace the defective Goods or parts thereof without cost to the
            Procuring Entity, pursuant to the Generic Procurement Manual.
     If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
     severally liable to the Procuring Entity Section V.
                                             18
   Section V. Special Conditions of Contract
 GCC
Clause
  1      [List here any additional requirements for the completion of this Contract. The
         following requirements and the corresponding provisions may be deleted,
         amended, or retained depending on its applicability to this Contract: PLEASE
         REFER TO THE TERMS OF REFERENCE]
         For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and
         other trade terms used to describe the obligations of the parties shall have the
         meanings assigned to them by the current edition of INCOTERMS published by
         the International Chamber of Commerce, Paris. The Delivery terms of this
         Contract shall be as follows:
         [For Goods supplied from abroad, state:] “The delivery terms applicable to the
         Contract are DDP delivered [indicate place of destination]. In accordance with
         INCOTERMS.”
         [For Goods supplied from within the Philippines, state:] “The delivery terms
         applicable to this Contract are delivered [indicate place of destination]. Risk and
         title will pass from the Supplier to the Procuring Entity upon receipt and final
         acceptance of the Goods at their final destination.”
         Delivery of the Goods shall be made by the Supplier in accordance with the
         terms specified in Section VI (Schedule of Requirements).
         For purposes of this Clause the Procuring Entity’s Representative at the Project
         Site is [indicate name(s)].
Incidental Services –
                                           19
     e. training of the Procuring Entity’s personnel, at the Supplier’s plant
            and/or on-site, in assembly, start-up, operation, maintenance, and/or
            repair of the supplied Goods.
     f. [Specify additional incidental service requirements, as needed.]
The Contract price for the Goods shall include the prices charged by the Supplier
for incidental services and shall not exceed the prevailing rates charged to other
parties by the Supplier for similar services.
Spare Parts –
  a. such spare parts as the Procuring Entity may elect to purchase from the
     Supplier, provided that this election shall not relieve the Supplier of any
     warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI (Schedule
of Requirements) and the cost thereof are included in the contract price.
                                 20
Packaging –
The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in this Contract. The packaging shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to extreme temperatures,
salt and precipitation during transit, and open storage. Packaging case size and
weights shall take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities at all points
in transit.
The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly provided
for in the Contract, including additional requirements, if any, specified below, and
in any subsequent instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or
DDP, transport of the Goods to the port of destination or such other named place
of destination in the Philippines, as shall be specified in this Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in
the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance and
storage, as shall be specified in this Contract, shall be arranged by the Supplier,
and related costs shall be included in the contract price.
                                  21
      Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
      DDP, Goods are to be transported on carriers of Philippine registry. In the event
      that no carrier of Philippine registry is available, Goods may be shipped by a
      carrier which is not of Philippine registry provided that the Supplier obtains and
      presents to the Procuring Entity certification to this effect from the nearest
      Philippine consulate to the port of dispatch. In the event that carriers of
      Philippine registry are available but their schedule delays the Supplier in its
      performance of this Contract the period from when the Goods were first ready
      for shipment and the actual date of shipment the period of delay will be
      considered force majeure.
      The Procuring Entity accepts no liability for the damage of Goods during transit
      other than those prescribed by INCOTERMS for DDP deliveries. In the case of
      Goods supplied from within the Philippines or supplied by domestic Suppliers risk
      and title will not be deemed to have passed to the Procuring Entity until their
      receipt and final acceptance at the final destination.
      The Supplier shall indemnify the Procuring Entity against all third-party claims of
      infringement of patent, trademark, or industrial design rights arising from use of
      the Goods or any part thereof.
2.2   [If partial payment is allowed, state] “The terms of payment shall be as follows:
                      .”
4     The inspections and tests that will be conducted are: Upon delivery, the Goods
      shall undergo preliminary physical inspection by the Inspection Team of the
      PROCURING ENTITY to ascertain the physical condition and acceptability of
      the Goods
                                       22
                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.
Item
                                Description                             Unit   Quantity   Delivered Weeks/Months
 No.
       Minimum Requirement:
1      DESKTOP COMPUTER - BRANDED                                       Sets      2
       Processor: at least 5.0 GHz, 12th Gen or its equivalent
       Operating System (OS): at least Windows 11 Pro License
       Memory: at least 16GB,
       Hard Drive/Storage: At least 1TB HDD + 512 SSD
       Video Card: At least 8 GB
       Monitor: at least 23” LED
       Mouse: USB Mouse
       Keyboard: USB Keyboard
       Others: UPS at least AVR 650 V
       At least Microsoft Office 2021 Standard
       Headset with Mic and Noise cancelling
       Web Camera full at least 1080P HD
2      LAPTOP COMPUTER - BRANDED                                        Sets      2
       Processor: 5.0Ghz, 12th Gen or its equivalent
       Operating System (OS): at least Windows 11 Pro License                             30 Calendar Days
       Memory: at least 16GB,
                                                                                          Upon Issuance of
       Hard Drive/Storage: At least 1TB HDD + 256SSD
       Video Card: At least 4GB                                                           Notice to Proceed
       Monitor: At least 15”
       Others: Built-in Webcam
       Mouse and Laptop Bag
       At least Microsoft Office 2021 Standard
3      ALL IN ONE COLORED A3 PRINTER                                     Pc       1
       Print, Scan, Copy, Fax
       WiFi Direct, Ethernet
       Max Resolution: At least 4800 x 2400DPI
       LCD Screen: At least 4.3 Colour LCD
       Maximum Copy: At least 999 Copies
       Maximum Copy Resolution: At least 600 x 600 DPI
       Ultra-high Page Yield of at least 7,500 (Black) 6,000 (Colour)
       Mobile and Cloud Printing
4      ALL-IN-ONE COLORED PRINTER                                        Pc       1
       Print, Copy, Scan, Wireless, Fax with ADF
       High Speed Auto – Duplex Printing
       Ethernet, WiFi Direct and NFC
       Energy Saving
       With USB Port
       Print Technology
          Automatic 2 Sided Printing (Yes)
          Maximum Resolution: At least 4,800 x 1,200 DPI
       Print Speed: At least 15.5 IPM for Black and 8.5 IPM for Color
       Maximum of at least 50,000 Pages
       Maximum Copy Resolution: At least 600 x 600 DPI
                                                             23
    5       OUTDOOR / INDOOR PROJECTOR                                     Pc.     1
            Projection Technology: RGB liquid crystal shutter projection
            system
            LCD: Size: 0.62-inch (C2 Fine); Native Resolution: Full HD
            Lightsource - Type: Lamp: 188W UHE;
            Life1 Normal: At least 6,000 / Eco: 12,000 hours
            Projection Lens:
            Type: No optical zoom / Focus (Manual)
            F-Number: 1.44
            Focal Length: 16.4mm
            Zoom Ratio: 1.0 – 1.35 (Digital Zoom)
            Throw Ratio: 1.19 – 1.61
            USB Interface:
            USB Type A: 1 (for Wireless LAN, Firmware Update, Copy
            OSD Settings)
            USB Type B: 1 (For Firmware Update and Copy OSD Settings)
            Network - Wired LAN: N/A ; Wireless: Optional
            Analog Input - D-Sub 15pin: N/A ; Composite: N/A
            Audio Input: N/A
            Audio Output: N/A
            Video Input: HDMI: 1
            ADOBE PHOTOSHOP                                                Pc      1
    6       3 Years Subscription
            SKETCH UP PRO                                                  Pc      1
    7       3 Years Subscription
            xxxxxxxxNOTHING FOLLOWSxxxxxxxx
Delivery
Period:     Thirty (30) Calendar Days
Warranty:   One (1) Year Warranty for Parts and Services
            1. On-site service
            2. Temporary replacement in case of pulled unit for repair
            3. Replacement of damage/defective unit/s or part/s
            Brand and Model of the proposed units must be stated in the
            proposal.
Delivery Period: To be delivered thirty (30) Calendar days Upon Issuance of Notice to Proceed.
                                                                   24
Framework Agreement List
                           FRAMEWORK AGREEMENT LIST
                                   (AGENCY)
  Item / Service Type        Cost per item or         Maximum Quantity           Total Cost
   and nature of each            service                                          per Item
      item/service
       TOTAL
 (Approved Budget for
    the Contract)
Expected       delivery Within [no. of days] calendar days upon issuance of Call-off .
timeframe after receipt
of a Call-Off.
Remarks                   Indicate here any other appropriate information as may be
                          necessary.
                                                25
                  Section VII. Technical Specifications
                                Technical Specifications
Item                           Descriptio                      Unit      Quantity      Statement of Compliance
No.                                n
       Minimum Requirement:
  1    DESKTOP COMPUTER - BRANDED                              Sets         2
       Processor: at least 5.0 GHz, 12th Gen or its equivalent
       Operating System (OS): at least Windows 11 Pro License
       Memory: at least 16GB,                                                              Bidders must state here
       Hard Drive/Storage: At least 1TB HDD + 512 SSD
       Video Card: At least 8 GB
                                                                                     either "Comply" or "Not
       Monitor: at least 23” LED                                                     Comply" against each of
       Mouse: USB Mouse                                                              the individual parameters
       Keyboard: USB Keyboard                                                        of
       Others: UPS at least AVR 650 V
       At least Microsoft Office 2021 Standard                                       each Specification stating
       Headset with Mic and Noise cancelling                                               the corresponding
       Web Camera full at least 1080P HD
                                                                                     performance parameter of
  2    LAPTOP COMPUTER - BRANDED                              Sets          2          the equipment offered.
       Processor: 5.0Ghz, 12th Gen or its equivalent
                                                                                    Statements of "Comply" or
       Operating System (OS): at least Windows 11 Pro License
       Memory: at least 16GB,                                                          "Not Comply" must be
       Hard Drive/Storage: At least 1TB HDD + 256SSD                                supported by evidence in a
       Video Card: At least 4GB
       Monitor: At least 15”                                                           Bidders Bid and cross-
       Others: Built-in Webcam                                                             referenced to that
       Mouse and Laptop Bag                                                         evidence. Evidence shall be
       At least Microsoft Office 2021 Standard
                                                                                             in the form of
  3    ALL IN ONE COLORED A3 PRINTER                                                      manufacturer's un-
       Print, Scan, Copy, Fax                                       Pc      1         amended sales literature,
       WiFi Direct, Ethernet
       Max Resolution: At least 4800 x 2400DPI                                       unconditional statements
       LCD Screen: At least 4.3 Colour LCD                                                of specification and
       Maximum Copy: At least 999 Copies
       Maximum Copy Resolution: At least 600 x 600 DPI
                                                                                      compliance issued by the
       Ultra-high Page Yield of at least 7,500 (Black) 6,000                           manufacturer, samples,
       (Colour)                                                                     independent test data etc.,
       Mobile and Cloud Printing
                                                                                            as appropriate. A
  4    ALL-IN-ONE COLORED PRINTER                                   Pc      1            Statement that is not
       Print, Copy, Scan, Wireless, Fax with ADF
       High Speed Auto – Duplex Printing                                            supported by evidence or is
       Ethernet, WiFi Direct and NFC                                                 subsequently found to be
       Energy Saving                                                                      contradicted by the
       With USB Port
       Print Technology
                                                                                       evidence presented will
          Automatic 2 Sided Printing (Yes)                                               render the Bid under
          Maximum Resolution: At least 4,800 x 1,200 DPI                                  evaluation liable for
       Print Speed: At least 15.5 IPM for Black and 8.5 IPM for
       Color                                                                            rejection. A statement
       Maximum of at least 50,000 Pages
                                                               26
            Maximum Copy Resolution: At least 600 x 600 DPI                           either in the Bidders
    5       OUTDOOR / INDOOR PROJECTOR
                                                                                  statement of compliance or
            Projection Technology: RGB liquid crystal shutter                       the supporting evidence
            projection system                                                       that is found to be false
            LCD: Size: 0.62-inch (C2 Fine); Native Resolution: Full
            HD                                                                          either during Bid
            Lightsource - Type: Lamp: 188W UHE;                                         evaluation, post-
            Life1 Normal: At least 6,000 / Eco: 12,000 hours                           qualification or the
            Projection Lens:
            Type: No optical zoom / Focus (Manual)                                 execution of the Contract
            F-Number: 1.44                                                            may be regarded as
            Focal Length: 16.4mm
            Zoom Ratio: 1.0 – 1.35 (Digital Zoom)                                  fraudulent and render the
            Throw Ratio: 1.19 – 1.61                                              Bidder or supplier liable for
            USB Interface:                                                         prosecution subject to the
            USB Type A: 1 (for Wireless LAN, Firmware Update, Copy
            OSD Settings)                                                           provisions of ITB Clause
            USB Type B: 1 (For Firmware Update and Copy OSD                          3.1(a)(ii) and or GCC
            Settings)                                                                   Clause 2.1(a)(ii).
            Network - Wired LAN: N/A ; Wireless: Optional
            Analog Input - D-Sub 15pin: N/A ; Composite: N/A
            Audio Input: N/A
            Audio Output: N/A
            Video Input: HDMI: 1
    6       ADOBE PHOTOSHOP                                              Pc   1
            3 Years Subscription
    7       SKETCH UP PRO                                                Pc   1
            3 Years Subscription
            xxxxxxxxNOTHING FOLLOWSxxxxxxxx
Delivery    Thirty (30) Calendar Days
Period:
Warranty:   One (1) Year Warranty for Parts and Services
            1. On-site service
            2. Temporary replacement in case of pulled unit for repair
            3. Replacement of damage/defective unit/s or part/s
            Brand and Model of the proposed units must be stated in
            the proposal.
                                                                   27
          Section VIII. Checklist of Technical and
                   Financial Documents
          Checklist of Technical and Financial Documents
  I.   TECHNICAL COMPONENT ENVELOPE
  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, 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.
  Financial Documents
  ⬜ (g) 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.
  ⬜ (h) 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.
  ⬜ (i)    Original of duly signed and accomplished Financial Bid Form; and
  ⬜ (j)    Original of duly signed and accomplished Price Schedule(s).
                                                           28
        Other documentary requirements under RA No. 9184 (as applicable)
⬜ (k) [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.
⬜ (l)   Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic
        Entity.
27