Invitation To Bid
Invitation To Bid
TABLE OF CONTENTS
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of 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) per-investment or feasibility studies; (iii) design;
(iv)construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
EXW – Ex-works.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,whether
in the nature of equipment, furniture, stationery, materials for construction, or personal
property of any kind, including non-personal or contractual services such as there pair and
maintenance of equipment and furniture, as well as trucking, hauling, janitorial,security, and
related or analogous services, as well as procurement of materials and supplies provided by
the Procuring Entity for such services. The term “related” or “analogous services” shall include,
but is not limited to, lease or purchase of office space, media advertisements, health
maintenance services, and other services essential to the operation of the Procuring Entity.
(2016 revised IRR, Section 5[r])
NFIs - are items other than food, the term is specially use in humanitarian context, when
providing NFIs to those affected by natural and human-induced disaster.
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 this 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.
Section I.
INVITATION TO BID
1. The OFFICE OF CIVIL DEFENSE VIII, through the GAA FY 2024 intends to apply the
sum of ONE MILLION SEVEN HUNDRED TWELVE THOUSAND ONE HUNDRED
EIGHTEEN PESOS and THIRTY THREE CENTS (PHP 1,712,118.33) being the total
Approved Budget of Contract (ABC) to payments under the contract for “SUPPLY AND
DELIVERY OF MOBILE WATER DESALINATION IN SUPPORT TO THE CONDUCT OF
HUMANITARIAN ASSISTANCE AND DISASTER RESPONSE OPERATIONS” of ONE (1)
lot as follows:
Approved Budget
Lot No. Description
of Contract
OCD8 2024-016 Mobile Water Filtration PHP 1, 712,118.33
TOTAL PHP 1,712,118.33
Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The Office of Civil Defense VIII now invites bids for Procurement Project (Supply and
Delivery of Mobile Water Filtration in support to the conduct of Humanitarian
Assistance and Disaster Response Operations) is required as specified in Section
VI: Schedule of Requirements. Bidders should have completed, within the last five (5)
years from the date of submission and receipt of bids, a contract similar to the Project.
The description of an eligible bidder is contained in the Bidding Documents, particularly,
in Section II. (Instructions to Bidders).
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) 9184.
(i) Bidding is open to all interested bidders, whether local or foreign, subject to
the conditions for eligibility provided in the IRR of RA 9184.
4. Prospective bidders may obtain further information from the OCD VIII Procurement Unit
– BAC Secretariat and inspect the Bidding Documents at the address given below
during office hours from 8:00 AM to 5:00 PM (Monday-Friday).
Bidding
Lot No. Description
Documents Fee
OCD8 2024-016 Mobile Water Filtration Php 5,000.00
The bidding document fees shall be based on the number of lots the bidder intends to
participate. The procurement unit of OCD VIII shall
collect the bidding document fees and shall issue an acknowledgement receipt as proof
of payment. The Procuring Entity shall require the bidder to present its proof of payment
of the fees during the submission of bids.
6. The Office of Civil Defense VIII will hold a Pre-Bid Conference on 06 December 2024,
06:00 PM (Evening) at the Office of Civil Defense VIII, 2F, Miralles Building, Real
Street, Brgy. 56, Tacloban City which shall be opened to prospective bidders. Bidders’
participation will be face-to-face and through Video Teleconferencing. Minimum public
health standards shall be strictly observed.
7. Bids must be duly received by the BAC Secretariat to be submitted physically at the
office address below on or before 10:30AM, 19 December 2024.
All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.1, Section III Bid Data Sheet.
8. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.1, Section III of Bid Data Sheet.
9. Bid opening shall be at 1:00 PM, 19 December 2024 at the Office of Civil Defense VIII,
2F, Miralles Building, Brgy. 56, Tacloban City. Bids will be opened in the presence
of the bidders’ representatives (with Special Power of Attorney) who choose to attend
the activity. Representatives from COA Audit Team may also be invited as observer/s
during the said bid opening.
10. The items and quantities covered by the project are as follows:
PARTICULARS QUANTITY
11. The Office of Civil Defense VIII reserves the right to reject any and all bids, declare a
failure of bidding, or not award the contract at any time prior to the awarding of contract
award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA 9184,
without thereby incurring any liability to the affected bidder or bidders.
RBAC SECRETARIAT
Office of Civil Defense 8
Miralles Bldg., Real St. Brgy 56 Pericohon,
Tacloban City
Mobile Number: 09304629754 / 09165521211
Email Address: ocd8.pmu@gmail.com
Website: ocd.gov.ph
27 November 2024
(Sgd) GARLENE CLAIRE MONTESCLAROS
Chairperson
Regional Bids and Awards Committee
Section II.
INSTRUCTIONS TO BIDDERS
1. Scope of Bid
The Procuring Entity, OFFICE OF CIVIL DEFENSE VIII wishes to receive Bids for the
Supply and Delivery of Mobile Water Filtration in support to the conduct of
Humanitarian Assistance and Disaster Response Operations with identification
number ITB OCD8 2024 - 016. The Procurement Project “SUPPLY AND DELIVERY OF
MOBILE WATER FILTRATION IN SUPPORT TO THE CONDUCT OF HUMANITARIAN
ASSISTANCE AND DISASTER RESPONSE OPERATIONS” is composed of (1) Lot, the details
of which are described in Section VII (Technical Specifications).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2024
in the amount of One Million Seven Hundred Twelve Thousand One
Hundred Eighteen Pesos and Thirty Three Cents (Php 1,712,118.33)
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its
2016 revised IRR, including its Generic Procurement Manuals and associated policies,
rules and regulations as the primary source thereof, while the herein clauses shall serve
as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only to
the ongoing posting, advertisement, or ITB by the BAC through the issuance of a
supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted
the general requirements of this Project, including other factors that may affect the cost,
duration and execution or implementation of the contract, project, or work and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or through
an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive
practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity
violations in competing for the Project.
5. Eligible Bidders
5.2. Foreign ownership limited to those allowed under the rules may
participate in this Project.
6. Origin of Goods/NFIs
There is no restriction on the origin of goods other than those prohibited by a decision of
the UN Security Council taken under Chapter VII of the Charter of the UN, subject to
Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time through face to face and video teleconferencing as indicated in paragraph 6 of
the ITB.
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 ITB, at least ten (10)
calendar days before the deadline set for the submission and receipt of Bids.
10.1. The first envelope shall contain the eligibility and technical documents of the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).
10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
within five (5) years prior to the deadline for the submission and receipt of bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent office
having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the
required authentication above, for Contracting Parties to the Apostille Convention,
only the translated documents shall be authenticated through an apostille pursuant
to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the ITB shall not be
accepted.
12.1. Prices indicated on the Price Schedule shall be entered separately in the following
manner:
ii. The cost of all customs duties and sales and other taxes already paid or
payable;
i. Unless otherwise stated in the BDS, the price of the Goods shall be
quoted delivered duty paid (DDP) with the place of destination in the
Philippines as specified in the BDS. In quoting the price, the Bidder shall
be free to use transportation through carriers registered in any eligible
country. Similarly, the Bidder may obtain insurance services from any
eligible source country.
ii. The price of other (incidental) services, if any, as listed in Section VII
(Technical Specifications).
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices
may be quoted in the local currency or 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 the BSP reference rate bulletin on the day of
the bid opening.
14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in
the amount indicated in the BDS, which shall be not less than the percentage of the
ABC in accordance with the schedule in the BDS.
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a ground
for disqualification.
If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which must
be digitally signed. An electronic copy that cannot be opened or is corrupted shall be
considered non-responsive and, thus, automatically disqualified.
The Bidders shall submit on the specified date and time and either at its physical address
or through online submission as indicated in paragraph 7 of the ITB.
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 ITB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case video conferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184
shall prevail.
17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016
revised IRR of RA No. 9184.
The Procuring Entity will grant a margin of preference for the purpose of comparison of
Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA No. 9184.
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated
“passed,” using non-discretionary pass/fail criteria. The BAC shall consider the
conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR of
RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
item(s), and evaluation will be undertaken on item basis, as the case may be. In this
case, the Bid Security as required by ITB Clause 15 shall be submitted for this item.
19.4. 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 ABC for the item 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 ABC.
20. Post-Qualification
Within a non-extendable 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.
21.2. Based on the following grounds, the Procuring Entity reserves the right to reject any
and all bids, declare a Failure of Bidding at any time prior to the contract award, or
not to award the contract, without thereby incurring any liability, and make no
assurance that a contract shall be entered into as a result of the bidding:
iii. If the source of funds for the project has been withheld or reduced
through no fault of the Procuring Entity.
21.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:
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.
Section III.
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be “SUPPLY AND
DELIVERY OF MOBILE WATER FILTRATION IN SUPPORT TO THE CONDUCT OF
HUMANITARIAN ASSISTANCE AND DISASTER RESPONSE OPERATIONS” such
as but not limited to:
completed within the last two (2) years prior to the deadline for the submission
and receipt of bids.
7 The Procuring Entity has prescribed that Subcontracting is not allowed.
12 The price of the Goods shall be quoted DDP at OCD Regional Office VIII, Brgy.
56, Tacloban 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:
15 Each Bidder shall submit one (1) copy of original documents of the first and
second components and five (5) photocopies of the first and second
components of its Bid. All pages of the bidding documents must be signed.
All envelopes must be properly sealed. The Technical Documents and the
Financial Documents must be in separate SEALED envelopes then sealed
in one enveloped to be called the mother envelope.
Approved Budget of
Lot No. Description
Contract
1 Unit Mobile Water Filtration PHP 1,712,118.33
Section IV.
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 assurances, constitute the primary
source for the terms and conditions of the Contract, and thus, applicable in contract
implementation. Herein clauses shall serve as the secondary source for the terms and
conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184
allowing the GPPB to amend the IRR, which shall be applied to all procurement activities,
the advertisement, posting, or invitation of which were issued after the effectivity of the
said amendment.
Additional requirements for the completion of this Contract shall be provided in the Special
Conditions of Contract (SCC).
2.1. Advance payment of the contract amount is provided under Annex “D” of the revised
2016 IRR of RA No. 9184.
2.2. The Procuring Entity is allowed to determine the terms of payment on the partial or
staggered delivery of the Goods procured, provided such partial payment shall
correspond to the value of the goods delivered and accepted in accordance with
prevailing accounting and auditing rules and regulations. The terms of payment are
indicated in the SCC.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the
Procuring Entity but in no case later than prior to the signing of the Contract by both parties,
the successful Bidder shall furnish the performance security in any of the forms prescribed
in Section 39 of the 2016 revised IRR of RA No. 9184.
The Procuring Entity or its representative shall have the right to inspect and/or to test the
Goods to confirm their conformity to the Project specifications at no extra cost to the
Procuring Entity in accordance with the Generic Procurement Manual. In addition to tests
in the SCC, Section IV (Technical Specifications) shall specify what inspections and/or
tests the Procuring Entity requires, and where they are to be conducted. The Procuring
Entity shall notify the Supplier in writing, in a timely manner, of the identity of any
representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing of Goods, including
access to drawings and production data, shall be provided by the Supplier to the
authorized inspectors at no charge to the Procuring Entity.
5. Warranty
5.1. In order to assure that manufacturing defects shall be corrected by the Supplier, a
warranty shall be required from the Supplier as provided under Section 62.1 of the
2016 revised IRR of RA No. 9184 or within seven (7) calendar days outright
replacement of the defective item.
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.
Note: The correction of defects in the warranty period is maximum of ten (10) days
upon receipt of notice of defects from the Procuring Entity (PE) with no additional
costs.
6. Retention Fee
6.1 Progress payments are subject to retention to five percent ( 5%) referred to as the
“retention money.” Such retention shall be based on the total amount due to the
contractor prior to any deduction and shall be retained from every progress payment
until fifty percent (50%) of the value of works, as determined by the procure entity,
are completed. If, after fifty percent (50%) completion, the work is satisfactorily done
and on schedule, no additional retention shall be made, otherwise, the five percent
( 5%)retention shall be imposed.
6.2 The total “retention money” shall be due for release upon final acceptance of the
works. The contractor may, however, request the substitution of the retention money
for each progress billing with irrevocable standby letters of credit of from a
commercial bank, bank guarantees or surety bonds callable on demand, of amount
equivalent to the retention money substituted for and acceptable to Government,
provide that the project is on schedule and is satisfactorily undertaken. Otherwise,
the five percent (5%) retention shall be made. Said irrevocable standby letters of
credit, bank guarantees and/or surety bonds, to be posted in favor of the Government
shall be valid for a duration to be determined by the concerned implementing office/
agency or procuring entity and will answer for the purpose for which the five percent
(5%)retention is intended, i.e., to cover uncorrected discovered defects and third
party liabilities.
7.1. Delivery of the Goods and/or performance of Services shall be made by the Supplier
in accordance with the time schedule prescribed by the Procuring Entity in Section VI.
Schedule of Requirements.
7.2. If at any time during the performance of this Contract, the Supplier should encounter
conditions impeding timely delivery of the Goods and/or performance of Services, the
Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, its
likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s
notice, and upon causes provided for under GCC Clause 10, the Procuring Entity shall
evaluate the situation and may extend the Supplier’s time for performance, in which
case the
extension shall be ratified by the parties by amendment of Contract.
7.3. Except as provided under GCC Clause 10, a delay by the Supplier in the performance
of its obligations shall render the Supplier liable to the imposition of liquidated
damages pursuant to GCC Clause 8.
8. Liquidation Damages
Subject to GCC Clauses 7 and 10, if the Supplier fails to satisfactorily deliver any or all of
the Goods and/or to perform the Services within the period(s) specified in this Contract
inclusive of duly granted time extensions if any, the Procuring Entity shall, without
prejudice to its other remedies under this Contract and under the applicable law, deduct
from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of
one (1) percent of the cost of the unperformed portion for every day of delay until actual
delivery or performance. The maximum deduction shall be ten percent (10%) of the
amount of contract. Once the maximum is reached, the Procuring Entity may rescind or
terminate the Contract without prejudice to other courses of action and remedies open to
it.
9. Liability of Supplier
The Supplier’s liability under this Contract shall be as provided by the laws of the Republic
of the Philippines.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally
liable to the Procuring Entity.
10.1. The Supplier shall not be liable for forfeiture of its performance security,
liquidated damages, or termination for default if and to the extent that the Supplier’s
delay in performance or other failure to perform its obligations under the Contract is
the result of a force majeure.
10.2. For purposes of this Contract the terms “force majeure” and “fortuitous event”
may be used interchangeably. In this regard, a fortuitous event or force majeure shall
be interpreted to mean an event which the Supplier could not have foreseen, or which
though foreseen, was inevitable. It shall not include ordinary unfavorable weather
conditions; and any other cause the effects of which could have been avoided with
the exercise of reasonable diligence by the Supplier. Such events may include, but
not limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions, and freight embargoes.
10.3. If a force majeure situation arises, the Supplier shall promptly notify the
Procuring Entity in writing of such condition and the cause thereof. Unless otherwise
directed by the Procuring Entity in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the force majeure.
Section V.
SPECIAL CONDITIONS OF CONTRACT
GCC
Clause
1 ALL PRODUCTS TO BE DELIVERED MUST BE BRAND-NEW.
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.”
“The delivery terms applicable to this Contract are OCD8 Warehouse – Zion Star
Compound Warehouse, Brgy. Abucay, Tacloban City. 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 Representatives at the Project
Site are from the End-User/Representative(s), Technical Inspection and
Acceptance Committee, COA Representative:
a. OCD8 Warehouse – Zion Star Compound Warehouse, Brgy. Abucay,
Tacloban City
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:
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.
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:
Spare Parts –
The Supplier is required to provide all of the following materials, notifications, and
information pertaining to spare parts manufactured or distributed by the Supplier:
a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI
(Schedule of Requirements) and the cost thereof are included in the contract
price.
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 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.
4 The inspections and tests that will be conducted are: Manufacturing date,
expiration date, packaging, quality, durability, functionality, damages.
5 Minimum Warranty:
The period of correction of defects In the warranty period is maximum of ten (10)
days upon receipt of notice of defects from the Procuring Entity (PE).
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 Delivered,
Description Quantity
Number Days/Weeks/Months
_____________________________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date
Section VII.
TECHNICAL SPECIFICATIONS
Supply and Delivery of One (1) Unit of Mobile Water Desalination in Support to
the Conduct of Humanitarian Assistance and Disastr Response Operations
Statement of
Unit Technical Specifications Quantity
Compliance
Main Specifications:
Mobility Asset
Heavy Duty Trailer
Must have a Brand-New Tire
Trailer Size: At least 6ft wide x 6ft x 14 length
Galvanize Flooring
Must have Front wheel coaster with lock
_____________________________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date
Section VIII.
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 at least one (1) similar completed largest contract within the last five
(5) years prior to the deadline for submission and opening of bids of the project
equivalent to at least fifty percent (50%) of the ABC.
For this project, “similar in nature” shall refer to be “Supply and Delivery of Mobile
Water Filtration in Support to the Conduct of Humanitarian Assistance and Disaster
Response Operations such as but not limited to:
Financial Documents
G The Supplier’s audited financial statements, showing, among others, the Supplier’s
total and current assets and liabilities, stamped “received” by the BIR or its duly
accredited and authorized institutions, for the preceding calendar year which
should not be earlier than two (2) years from the date of bid submission; and
or
A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC
computation.
I If applicable, a duly signed Joint Venture Agreement (JVA) in case the joint venture
is already in existence;
duly notarized statements from all the potential joint venture partners stating that
they will enter into and abide by the provisions of the JVA in the instance that the
bid is successful;
Reminder to All Bidders: ALL PAGES OF THE DOCUMENTS FOR SUBMISSION MUST
BE SIGNED.
BID FORM
Date: _____________
Gentlemen/Ladies:
We certify/confirm that we comply with the eligibility requirements persuant 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].
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:_________________________________
Name of Bidder:
Project ID No: ITB OCD8 2024-016
Page _____ of ______.
TOTAL
Legal capacity:_____________________________________________________________
Signature:_________________________________________________________________
Duly authorized to sign the Bid for and behalf of: ___________________________________
THIS AGREEMENT made the _____ day of __________ 2024 between OFFICE OF
CIVIL DEFENSE VIII of the Philippines hereinafter called “the Entity” of the one part and
[name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier” of the
other part;
WHEREAS the Entity invited Bids for certain goods, particularly SUPPLY AND
DELIVERY OF MOBILE WATER FILTRATION IN SUPPORT TO THE CONDUCT OF
HUMANITARIAN ASSISTANCE AND DISASTER RESPONSE OPERATIONS and has accepted a
Bid by the Supplier for the supply of those goods in the sum of [One Million Seven Hundred
Twelve Thousand One Hundred Eighteen Pesos and Thirty Three Cents] hereinafter called “the
Contract Price”.
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and
construed as integral part of this Agreement, viz.:
ii. Winning bidder’s bid , including the Eligibility requirements, Technical and Financial
Proposal, and all other documents or statement submitted;
iii.Bid form, including all the documents/statements contained in the Bidder’s bidding
envelopes, as annexes, and all other documents submitted (e.g. Bidder’s
response to request for clarification on bid), including corrections to the bid, if any,
resulting from Procuring Entity’s bid evaluation;
iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the Procuring
Entity concerned in the PBDs. Winning bidders agrees that additional contract
documents or information prescribed by the GPPB that are subsequently
required for submission after the contract execution, such as the Notice to
Proceed, Variation Orders, and Warranty Security, shall likewise form part of
the Contract.
3. In consideration for the sum of [ total contract price in words and figures] or such other
sums as may be ascertained, [Named of the Bidder] agrees to [state the objects of the
contract ] in accordance with his/her/its Bid.
4. The Office of Civil Defense VIII agrees to pay the above-mentioned sum in accordance
with the terms of the Bidding
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.
for: for:
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
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 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 ___, 2024 at
____________, Philippines.
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.
No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card
used], with his/her photograph and signature appearing thereon, with no. ________ and
his/her Community Tax Certificate No. _______ issued on ____ at ______.
BID
SECURING DECLARATION FORM
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
contract with any procuring entity for a period of two (2) years upon receipt of
your Blacklisting order; and, (b) I/we will pay the applicable fine provided under
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within
fifteen (15) days from receipt of the written demand by the procuring entity for
the commission of acts resulting to the enforcement of the bid securing
declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the
IRR of RA 9184; without prejudice to other legal action the government may
undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on
the following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(c) I am/we are declared the bidder with the Lowest Calculated Responsive
Bid, and I/we have furnished the performance security and signed the
Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] 2024 at [place of execution].
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.
No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card
used], with his/her photograph and signature appearing thereon, with no. ________ and
his/her Community Tax Certificate No. _______ issued on ____ at ______.
x------------------------------------------------------x
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the
first offense, or two (2) years for the second offense, upon receipt of your
Blacklisting Order if I/We violated my/our obligations under the Contract;
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] 2024 at [place of execution].
Proponent:
OWNER
NATUR DATE
a. Nam
E OF PROPO a. Award VALUE OF
NAME OF e AMOUNT PERCEN
WORK, NENT’S ed OUTSTANDIN
CONTRACT b. Addr OF T
SERVIC ROLE / b. Starte G WORKS /
OR ess CONTRAC ACCOMP
ES DESCRI d UNDELIVERED
PROJECT c. Cont T LISED
OR PTION c. Compl PORTION
act
GOODS eted
No.
Government
Private
TOTAL COST
Submitted by : ___________________________________________________
(Printed Name & Signature)
Designation : ___________________________________________________
Date : ___________________________________________________
Remarks:
• Include all contracts awarded but not yet started.
• This statement shall be supported with:
1. Purchase Order / Notice of Award and/or Contract
2. Notice to Proceed issued by the owner
• The form may be used in landscape format and font sizes may be adjusted to enhance
readability.
Proponent:
NATURE
NAME OWNER AMOUNT
OF PROPON
OF d. Name OF
WORK, ENT’S DATE PROOF OF
CONTRA e. Addre COMPLE
SERVICE ROLE / COMPLE PROJECT
CT OR ss TED
S DESCRIP TED COMPLETION
PROJEC f. Contact CONTRA
OR TION
T No. CT
GOODS
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
Official
Receipt
Sales
Invoice
End User’s
Acceptance
Other
Document/s
TOTAL
COST
Submitted : ___________________________________________________
by
(Printed Name & Signature)
Designati : ___________________________________________________
on
Date : ___________________________________________________
Note:
• This statement shall be supported by any of the following:
1. Official Receipt
2. Sales Invoice
3. End User’s Acceptance
• The form may be used in landscape format and font sizes may be adjusted to enhance
readability.
PACKAGING INSTRUCTIONS
Note:
o Each Bidder shall submit one (1) copy of original documents of the first and
second components and five (5) photocopies of the first and second
components of its Bid. All pages of the bidding documents must be signed.
o Mother Envelope must be both sealed and signed, and if it is placed in a sealed
and signed pouch or box, it will be considered acceptable.
H NFCC Computation
APPLICABLE