Home

BID_DOCS_ITB_020_13_Second_Bidding

image

Contents

1. Notepads 50 pages 6x9 inches with prescribed print watermark Expanding envelope Legal size green plastic with elastic fastener I D strap with holder I D holder 10 5cm x 15cm 1 D strap 1 thick green Permanent Marker Pen 0 4mm black Folder pre punched A4 size clear transparent cover with built in fastener assorted colors Colored typewriting paper A4 size yellow CD sticker 2 sticker per sheet 10 sheets pack ABC PhP 16 500 00 Double Adhesive Tape 1 x 5m Double Adhesive Tape with foam 1 x 5m Binding Tape 2 1 2 x 20m Binding Tape 3 x 20m Stick on Notes Please Sign Colored Copy Paper 80 GSM Substance 24 Legal Color Blue Yellow Green 2 rms per color 51 1 500 00 3 000 00 500 00 1 500 00 1 500 00 1 000 00 100 00 10 00 400 00 38 00 38 00 130 00 ITEM VI PAS NO 0295 AFIS ITEM VII PAS NO 0335 ITCAF ITEM VIII PAS NO 0373 PMED ITEM IX PAS NO 0374 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 ABC PhP 45 170 00 Battery Charger 2700 amp Laptop Battery Toshiba Portege Laptop rechargeable battery 13 Macbook Aluminum Wireless Mouse Camcorder Battery Charger Model Sony AC VQV10 Sony Neutral Density Filter Kit VF 37NKB ABC PhP 14 400 00
2. Security and Exchange Commission Corporation Partnership Department of Trade and industry Sole Proprietorship Cooperative Development Authority Cooperative Valid Mayor s Permit Municipal License Statement of the prospective Bidder of all its ongoing and completed Government and Private contracts within two years CY 2011 and CY 2012 where applicable including contracts awarded but not yet started if any The statement shall state for each contract whether ongoing completed or awarded but not yet started within the relevant periods where applicable The statement shall include for each contract The following The name of the contract li Date of the contract iii Kinds of goods sold iv Amount of Contract and value of outstanding contract Date of delivery i End user s acceptance or official receipt s issued for the contract if completed and li Specification whether prospective Bidder is a manufacturer supplier or distributor Audited Financial Statement for CY 2012 with comparative analysis CY 2011 and CY 2012 stamped received by the BIR or its duly accredited and authorized Institutions Computation of the Net Financial Contracting Capacity NFCC equivalent to 100 of the ABC or a Certificate of Letter of Credit CLC equivalent to 10 of the ABC issued by a Universal or Commercial Bank BID SECURITY Cash Cashier s Manager s Check Bank Draft Guarantee or Irrevocable Lette
3. d Any combination of the foregoing Proportionate to share of form with respect to total amount of security Failure of the successful Bidder to comply with the above mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid The procedure shall be repeated until the LCRB is identified and selected for contract award However if no Bidder passed post qualification the BAC shall declare the bidding a failure and conduct a re bidding with re advertisement Notice to Proceed 34 1 34 2 Within three 3 calendar days from the date of approval of the contract by the appropriate government approving authority the Procuring Entity shall issue its Notice to Proceed to the Bidder The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity which date shall not be later than seven 7 calendar days from the issuance of the Notice to Proceed 29 Cp Republic of the Philippines Sue OFFICE OF THE SECRETARY y Elliptical Road Diliman Quezon City ju 1100 Philippines Tax Identification Number 000 845 895 Section III Bid Data Sheet ITB Clause The Procuring Entity is Department of Agriculture Office of the Secretary The lot s and reference is are Awarded by Item Please refe
4. If the Goods pertain to Non expendable Supplies One 1 year after acceptance by the Procuring Entity of the delivered Goods 17 3 17 4 No further instructions 1 1 gt All partners to the joint venture shall be jointly and severally liable to the Procuring Entity 49 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 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 PR No End Users Description SUPPLY AND DELIVERY OF VARIOUS OFFICE AND I T SUPPLIES SECOND BIDDING ABC PhP 334 190 00 Binding Tape 1 width green blue red roll Binding Tape 1 5 width green blue red roll Binding Tape 2 width green blue red roll Glue Stick Non Toxic acid free washable not for glue gun Tabloid Paper Multicopy 11 x 17 80 gsm for Laser Printer high speed copier ream Note Pad self adhesive ruled pad size 4 x 6 Linen Paper Stratmore 25 x 38 Assorted Color sheet Pencil Medium 2 per piece Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 Gel Grip Black piece Sign Pen 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1
5. Le 1 2 The procuring entity named in the BDS hereinafter referred to as the Procuring Entity wishes to receive bids for supply and delivery of the goods as described in Section VII Technical Specifications hereinafter referred to as the Goods The name identification and number of lots specific to this bidding are provided in the BDS The contracting strategy and basis of evaluation of lots is described in ITB Clause 28 Source of Funds The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS and in the amount indicated in the BDS It intends to apply part of the funds received for the Project as defined in the BDS to cover eligible payments under the contract Corrupt Fraudulent Collusive and Coercive Practices cme Unless otherwise specified in the BDS 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 In pursuance of this policy the Procuring Entity a defines for purposes of this provision the terms set forth below as follows i corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and includes the offering giving receiving or soliciting of anyt
6. Offset Paper 70lbs 500 sheets ream 25 x 38 7 00 00 6 600 00 10 100 00 1 980 00 10 100 00 2 50 00 2 400 00 ABC PhP 42 600 00 Ballpen black 12 s Ballpen blue 12 s Ballpen red 12 s Plain Paper Fax Machine replacement Ink Film KX FA57E KX FA57A 70M x roll USB Connector Cable Thermal Transfer Label Satin Barcode Polyester Barcode sticker white ABC PhP 8 285 90 Sticker paper A4 80 gsm Inkjet friendly 10 pcs pack Matt Ex ABC PhP 184 897 00 A4 3 Hole Binding Folder 1 2 137 50 A4 3 Hole Binding Folder 1 140 80 A4 3 Hole Binding Folder 1 V2 151 80 A4 3 Hole Binding Folder 2 12 184 80 Ballpen Fine point black amp blue 22 00 CD Album 40s Green Red Blue 220 00 Document Plastic Divider A4 110 00 Document Plastic Divider Legal 110 00 Page Marker 110 00 PVC Book Binding Cover A4 110 00 PVC Book Binding Cover Legal 110 00 Specialty Paper 23 38 2A Rechargeable battery w Charger 550 00 3A Rechargeable battery w Charger 550 00 Battery 440 00 Battery Pack for Notebook Computer Portege 5 500 00 M800 A336W Cutting Mat 24 x 18 1 320 00 Heavy Duty 3 Hole Puncher 11 000 00 Optical Mouse 1 375 00 Portable power charger 1 100 00 Power charger for Notebook Computer Portege 3 300 00 M800 A336W Surge Protector 220 00 92 r K 4 PI A 4429 gt QEPA R lt lt
7. PHILIPPINE BIDDING DOCUMENTS Procurement of GOODS SUPPLY AND DELIVERY OF VARIOUS OFFICE AND I T SUPPLIES SECOND BIDDING ITB 020 13 Fourth Edition December 2010 TABLE OF CONTENTS SECTION I INVITATION TO BID sisi ri 3 SECTION II INSTRUCTIONS TO BIDDERS ccccssccccccscccccssccccccscccccsscecs 5 SECTION II BID DATA SHEET lt a 30 SECTION IV GENERAL CONDITIONS OF CONTRACT cccccccccccscccccccccecs 33 SECTION V SPECIAL CONDITIONS OF CONTRACT ccccccccccccccsccccsccccecs 46 SECTION VI SCHEDULE OF REQUIREMENTS ccccccccccccccccccccccccccccccces 50 SECTION VII TECHNICAL SPECIFICATIONG ccccccccsccccccccsscccccsscccccsccs 56 SECTION VIII BIDDING FORMS cccccccsccccccccccccccccccscsscccccccscesceces 62 Republic of the Philippines A OFFICE OF THE SECRETARY e Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 INVITATION TO BID FOR SUPPLY AND DELIVERY OF VARIOUS OFFICE AND I T SUPPLIES SECOND BIDDING ITB No 020 13 The Department of Agriculture DA Office of the Secretary through the GAA 2013 intends to apply the sum of One Million Six Hundred Nineteen Thousand Four Hundred Thirty Three Pesos and 10 100 PhP 1 619 433 10 being the Approved Budget for the Contract ABC as payment for the contract for Supply and Delivery of Various Office and I T Supplies Second Bidding Bids received in excess of the ABC shall be automatically rejected a
8. 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1 x 1 7 50 s post it label assorted color Plastic expanding Plastic with divider and with Ear Tag and with elastic strap LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide 60 e A Republic of the Philippines N st OFFICE OF THE SECRETARY WF Elliptical Road Diliman Quezon City gt 1100 Philippines 1898 Tax Identification Number 000 845 895 Transparency film for OHP PPC A4 XVIII PAS NO 0336 PIED PDS ITEM XIX Sign Pen Black 0 7mm needle tip Sign Pen Blue 0 7mm needle tip PRAS NO Pressboard folder A4 size assorted colors 0765 Photo Paper 8 5 x 11 in size glossy OSEC 50pcs pack Sticker paper 8 5 x 11 size 50pcs pack 61 oF AG Republic of the Philippines q OFFICE OF THE SECRETARY Mr Elliptical Road Diliman Quezon City y 1100 Philippines Tax Identification Number 000 845 895 Section VIII Bidding Forms TABLE OF CONTENTS BID POR Manises ETES 63 CONTRACT AGREEMENT FORM esseseccececcecoccecoececoecoccecoececoececoececoecoeseco 73 OMNIBUS SWORN STATEMENT esscseccececcecoccecoececoecoccecoececoececoececoecoeseeo 74 BANK GUARANTEE FORM FOR ADVANCE PAYMENT cccccccccsccccccsccccccscccces 76 BID SECURING DECLARATION ANNEX A cccccccccccccccccccccccc
9. 10 of the final payment or a special bank guarantee equivalent to at least ten percent 10 of the Contract Price or other such amount if so specified in the SCC The said amounts shall only be released after the lapse of the warranty period specified in the SCC provided however that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met 17 4 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 within the period specified in the SCC and with all reasonable speed repair or replace the defective Goods or parts thereof without cost to the Procuring Entity 40 18 19 20 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 17 5 If the Supplier having been notified fails to remedy the defect s within the period specified in GCC Clause 17 4 the Procuring Entity may proceed to take such remedial action as may be necessary at the Supplier s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law Delays in the Supplier s Performance 18 1 Delivery of the Goods and or performance of Services shall be made by the Supplier in accorda
10. 20 2 20 3 20 4 Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked ORIGINAL TECHNICAL COMPONENT and the original of their financial component in another sealed envelope marked ORIGINAL FINANCIAL COMPONENT sealing them all in an outer envelope marked ORIGINAL BID Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as COPY NO ___ TECHNICAL COMPONENT and COPY NO __ FINANCIAL COMPONENT and the outer envelope as COPY NO __ respectively These envelopes containing the original and the copies shall then be enclosed in one single envelope The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative s All envelopes shall a contain the name of the contract to be bid in capital letters b bear the name and address of the Bidder in capital letters c be addressed to the Procuring Entity s BAC in accordance with ITB Clause 1 1 20 21 22 23 24 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 d bear the specific identification of this bidding process indicated in the ITB Clause 1 2 and e bear a warning
11. 24 7 ITB Clause 12 For this purpose the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present using a non discretionary pass fail criterion If a bidder submits the required document it shall be rated passed for that particular requirement In this regard bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as failed Otherwise the BAC shall rate the said first bid envelope as passed Unless otherwise specified in the BDS immediately after determining compliance with the requirements in the first envelope the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated passed The second envelope of each complying bidder shall be opened within the same day In case one or more of the requirements in the second envelope of a particular bid is missing incomplete or patently insufficient and or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13 2 the BAC shall rate the bid concerned as failed Only bids that are determined to contain all the bid requirements for both components shall be rated passed and shall immediately be considered for evaluation and comparison Letters of withdrawal shall be read out and recorded during bid opening and the envelope containing the corre
12. Arbitration may be commenced prior to or after delivery of the Goods under this Contract In the case of a dispute between the Procuring Entity and the Supplier the dispute shall be resolved in accordance with Republic Act 9285 R A 9285 otherwise known as the Alternative Dispute Resolution Act of 2004 Notwithstanding any reference to arbitration herein the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree and the Procuring Entity shall pay the Supplier any monies due the Supplier 21 Liability of the Supplier 21 1 21 2 The Supplier s liability under this Contract shall be as provided by the laws of the Republic of the Philippines subject to additional provisions if any set forth in the SCC Except in cases of criminal negligence or willful misconduct and in the case of infringement of patent rights if applicable the aggregate liability of the Supplier to the Procuring Entity shall not exceed the total Contract Price provided that this limitation shall not apply to the cost of repairing or replacing defective equipment 22 Force Majeure 22 1 22 2 22 3 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 For
13. Tax Identification Number 000 845 895 i 2 a surety bond it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments ii Conformity with technical specifications as enumerated and specified in Sections VI and VII of the Bidding Documents and iii Sworn statement in accordance with Section 25 2 a iv of the IRR of RA 9184 and using the form prescribed in Section IX Bidding Forms 13 Documents Comprising the Bid Financial Component 13 1 13 2 Unless otherwise stated in the BDS the financial component of the bid shall contain the following a b c b Financial Bid Form which includes bid prices and the bill of quantities and the applicable Price Schedules in accordance with ITB Clauses 15 1 and 15 4 If the Bidder claims preference as a Domestic Bidder or Domestic Entity a certification from the DTI SEC or CDA issued in accordance with ITB Clause 27 unless otherwise provided in the BDS and Any other document related to the financial component of the bid as stated in the BDS a Unless otherwise stated in the BDS all bids that exceed the ABC shall not be accepted Unless otherwise indicated in the BDS for foreign funded procurement a ceiling may be applied to bid prices provided the following conditions are met i Bidding Documents are obtainable free of charge on a freely accessible websi
14. if required At the time of contract award the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI Schedule of Requirements 32 Signing of the Contract 32 1 At the same time as the Procuring Entity notifies the successful Bidder that its bid has been accepted the Procuring Entity shall send the Contract Form to the Bidder which contract has been provided in the Bidding Documents incorporating therein all agreements between the parties 27 p Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 32 2 32 3 32 4 Within ten 10 calendar days from receipt of the Notice of Award the successful Bidder shall post the required performance security and sign and date the contract and return it to the Procuring Entity The Procuring Entity shall enter into contract with the successful Bidder within the same ten 10 calendar day period provided that all the documentary requirements are complied with The following documents shall form part of the contract a Contract Agreement b Bidding Documents c Winning bidder s bid including the Technical and Financial Proposals and all other documents statements submitted d Performance Security e Credit line in accordance with ITB Clause 5 5 if applicable f Notice of Award of Contract and g Other cont
15. 1 Thirty Two Thousand Three Hundred Eighty Eight Pesos and 66 100 PhP 32 388 66 equivalent to 2 of the ABC if bid security is in the form of cash cashier s manager s check bank draft guarantee or irrevocable letter of credit Eighty Thousand Nine Hundred Seventy One Pesos and 66 100 PhP 80 971 66 equivalent to 5 of the ABC in the 18 1 form of Surety Bond or Any combination of the foregoing proportionate to the share of form with respect to total amount of security Bid Securing Declaration as an additional form of bid security under the Implementing Rules and Regulations IRR of the Republic Act No 9184 otherwise known as The Government Procurement reform Act complying with the standard format in Section IX Bidding Forms marked as Annex A Each Bidder shall submit one 1 original and two 2 copies of the first and second components of its bid For easy reference all bidders shall provide dog ear codes in the 20 5 presentation of their eligibility documents as provided in the checklist marked as Annex B 31 Republic of the Philippines Ze OFFICE OF THE SECRETARY AL a a n ve DE Elliptical Road Diliman Quezon City DAN 1100 Philippines 1898 Tax Identification Number 000 845 895 The address for submission of bids is Department of Agriculture c o DA BAC Secretariat Office 2 Floor DA ITCAF Building Elliptical Road Diliman Quezon City The deadline for submi
16. 11 in size glossy 50pcs pack Sticker paper 8 5 x 11 size 50pcs pack 55 58 32 58 32 28 44 1 815 00 1 815 00 O Republic of the Philippines E c OFFICE OF THE SECRETARY lt Whe Elliptical Road Diliman Quezon City gt iM 1100 Philippines 1898 Tax Identification Number 000 845 895 Section VII Technical Specifications Specification Statement of Compliance Bidders must state here either Comply or Not Comply against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered Statements of Comply or Not Comply must be supported by evidence in a Bidders Bid and cross referenced to that evidence Evidence shall be in the form of manufacturer s un amended sales literature unconditional statements of specification and compliance issued by the manufacturer samples independent test data etc as appropriate A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation post qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3 1 a ii
17. BAC the Technical Working Group and the BAC Secretariat the head of the Project Management Office or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree 7 Name of Bidder complies with existing labor laws and standards and 8 Name of Bidder is aware of and has undertaken the following responsibilities as a Bidder a Carefully examine all of the Bidding Documents b Acknowledge all conditions local or otherwise affecting the implementation of the Contract c Made an estimate of the facilities available and needed for the contract to be bid if any and d Inquire or secure Supplemental Bid Bulletin s issued for the Name of the Project IN WITNESS WHEREOF I have hereunto set my hand this __ day of __ 20 at Philippines Bidder s Representative Authorized Signatory JURAT This form will not apply for WB funded projects T5 Bank Guarantee Form for Advance Payment To name and address of PROCURING ENTITY name of Contract Gentlemen and or Ladies In accordance with the payment provision included in the Special Conditions of Contract which amends Clause 10 of the General Conditions of Contract to provide for advance payment name and address of Supplier hereinafter called the Supplier shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount o
18. DO NOT OPEN BEFORE the date and time for the opening of bids in accordance with ITB Clause21 20 5 If bids are not sealed and marked as required the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid Submission and Opening of Bids Deadline for Submission of Bids Bids must be received by the Procuring Entity s BAC at the address and on or before the date and time indicated in the BDS Late Bids Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity pursuant to ITB Clause 21 shall be declared Late and shall not be accepted by the Procuring Entity Modification and Withdrawal of Bids 23 1 The Bidder may modify its bid after it has been submitted provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids The Bidder shall not be allowed to retrieve its Original bid but shall be allowed to submit another bid equally sealed properly identified linked to its original bid marked as TECHNICAL MODIFICATION or FINANCIAL MODIFICATION and stamped received by the BAC Bid modifications received after the applicable deadline shall not be considered and Shall be returned to the Bidder unopened 23 2 A Bidder may through a Letter of Withdrawal withdraw its bid after it has been submitted for valid and justifiable reason provided that the
19. IV PAS NO 0249 ROMD Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Apple Battery Charger including 6 AA NiMH rechargeable battery cartridge for use in the wireless mouse and keypad of IMAC Desktop Computers Users Manual and quick start guide LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide Laminating film consumables packs fit for A3 size of document 125 microns Laminating film consumables rolls 228mm x 100M 125 microns X pointer Wireless Presentor Device Transmitter 433MHz 3v Class II laser Receiver Flash built in memory 1GB compatible for Windows 98 Se Me 2000 XP Mac OS Linux USB 1 1 USB 2 0 including accessories and warranty ABC PhP 43 100 00 Adjustable Keyboard Tray with mouse holder Post it Notes Sign Here Flag Languettes Banderitas Ballpen 50 pcs Black 100 pcs Blue amp 50 pcs Red Colored Bond Paper 8 12 x 13 80gsm color light green Neon Paper sticker 8 5 x 12 10s per packs Assorted Color Special bond paper Board 180 GSM Size 8 Ya x 13 10s per pack Correction Pen Quickly Dry Multi uses 12 ML ABC PhP 111 500 00 File Folder size A4 3 thick with inside pockets File dividers plastic material A4 size assorted colors 5 dividers set
20. Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids 23 3 Bids requested to be withdrawn in accordance with ITB Clause 23 1 shall be returned unopened to the Bidders A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids A Bidder that withdraws its bid shall not be permitted to submit another bid directly or indirectly for the same contract 23 4 No bid may be modified after the deadline for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder s bid security pursuant to ITB Clausel8 5 and the imposition of administrative civil and criminal sanctions as prescribed by RA 9184 and its IRR Opening and Preliminary Examination of Bids 24 1 The BAC shall open the first bid envelopes of Bidders in public as specified in the BDSto determine each Bidder s compliance with the documents prescribed in 21 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 24 2 24 3 24 4 24 5 24 6
21. as part of the technical component of its bid Contents of Bidding Documents Pre Bid Conference 9 1 a If so specified in the BDS a pre bid conference shall be held at the venue and on the date indicated therein to clarify and address the Bidders questions on the technical and financial components of this Project b The pre bid conference shall be held at least twelve 12 calendar days before the deadline for the submission and receipt of bids If the Procuring Entity 12 10 11 12 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 determines that by reason of the method nature or complexity of the contract to be bid or when international participation will be more advantageous to the GOP a longer period for the preparation of bids is necessary the pre bid conference shall be held at least thirty 30 calendar days before the deadline for the submission and receipt of bids as specified in the BDS 9 2 Bidders are encouraged to attend the pre bid conference to ensure that they fully understand the Procuring Entity s requirements Non attendance of the Bidder will in no way prejudice its bid however the Bidder is expected to know the changes and or amendments to the Bidding Documents discussed during the pre bid conference 9 3 Any statement made at the pre bid conference shall not modify the terms
22. be placed on an accessible point of the outer packaging if practical If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging Insurance The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition transportation storage and delivery The Goods remain at the risk and title of the Supplier until their final acceptance by the Procuring Entity Transportation Where the Supplier is required under Contract to deliver the Goods CIF CIP or DDP transport of the Goods to the port of destination or such other named place of destination in the Philippines as shall be specified in this Contract shall be arranged and paid for by the Supplier and the cost thereof shall be included in the Contract Price Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines defined as the Project Site transport to such place of destination in the Philippines including insurance and storage as shall be specified in this Contract shall be arranged by the Supplier and related costs shall be included in the Contract Price Where the Supplier is required under Contract to deliver the Goods CIF CIP or DDP Goods are to be transported on carriers of Philippine registry In the event that no carrier of Philipp
23. be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed Performance of all obligations shall be reckoned from the Effective Date of the Contract Verified Report refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate 34 2 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Corrupt Fraudulent Collusive and Coercive Practices 2 1 Unless otherwise provided in the SCC the Procuring Entity as well as the bidders contractors or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract In pursuance of this policy the Procuring Entity a defines for the purposes of this provision the terms set forth below as follows 1 ii iii iv v corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and it includes the offering giving receiving or soliciting of anything of value to influence the action of any such offici
24. one and delete the other Adopt same instruction for similar terms throughout the document 3 Issued by the GPPB through GPPB Resolution 03 2012 on 27 January 2012 Select one and delete the other GPPB Resolution No 03 2012 dated 27 January 2012 TT IN WITNESS WHEREOF I We have hereunto set my our hand s this day of month year at place of execution Insert NAME OF BIDDER S AUTHORIZED REPRESENTATIVE Insert signatory s legal capacity Affiant 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 Witness my hand and seal this day of month year NAME OF NOTARY PUBLIC Serial No of Commission Notary Public for until Roll of Attorneys No PTR No date issued place issued IBP No date issued place issued Doc No Page No Book No Series of 78 ANNEX B Checklist of Bid Requirements SUPPLY AND DELIVERY OF VARIOUS OFFICE AND I T SUPPLIES SECOND BIDDING ITB No 020 13 Dog Ear CHECKLIST Code ENVELOPE A LEGAL DOCUMENTS REGISTRATION
25. performed and paid at the contract terms and prices and or b to cancel the remainder and pay to the Supplier an agreed amount for partially completed and or performed goods and for materials and parts previously procured by the Supplier 43 LO p Republic of the Philippines OFFICE OF THE SECRETARY 4 Elliptical Road Diliman Quezon City Sd 1100 Philippines Tax Identification Number 000 845 895 If the Supplier suffers loss in its initial performance of the terminated contract such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market it shall be allowed to recover partially from this Contract on a quantum meruit basis Before recovery may be made the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made 26 Termination for Unlawful Acts 26 1 The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged before or during the implementation of this Contract in unlawful deeds and behaviors relative to contract acquisition and implementation Unlawful acts include but are not limited to the following a Corrupt fraudulent and coercive practices as defined in ITB Clause 3 1 a b Drawing up or using forged documents c Using adulterated materials means or methods or engaging in production contrary
26. the Procuring Entity s representative at the Project Site 46 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 For purposes of this Clause the Procuring Entity s Representative at the Project Site is Department of Agriculture Elliptical Road Diliman Quezon 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 a performance or supervision of on site assembly and or start up of the supplied Goods b furnishing of tools required for assembly and or maintenance of the supplied Goods c furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods d performance or supervision or maintenance and or repair of the supplied Goods for a period of time agreed by the parties provided that this service shall not relieve the Supplier of any warranty obligations under this Contract and 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 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 Supplie
27. the personnel would be involved in any capacity on the same project e A Bidder submits more than one bid in this bidding process However this does not limit the participation of subcontractors in more than one bid or f A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid In accordance with Section 47 of the IRR of RA 9184 all Bidding Documents Shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC members of the Technical Working Group TWG members of the BAC Secretariat the head of the Project Management Office PMO or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree On the part of the Bidder this Clause shall apply to the following persons a If the Bidder is an individual or a sole proprietorship to the Bidder himself b If the Bidder is a partnership to all its officers and members c If the Bidder is a corporation to all its officers directors and controlling stockholders and d If the Bidder is a joint venture JV the provisions of items a b or c of this Clause shall correspondingly apply to each of the members of the said JV as may be appropriate Relationship of the nature described above or failure to comply wit
28. to a 42 24 25 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 23 2 23 3 request made by the Supplier prior to the delay and such failure amounts to at least ten percent 10 of the contact price b As a result of force majeure the Supplier is unable to deliver or perform any or all of the Goods amounting to at least ten percent 10 of the contract price for a period of not less than sixty 60 calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased or c The Supplier fails to perform any other obligation under the Contract In the event the Procuring Entity terminates this Contract in whole or in part for any of the reasons provided under GCC Clauses 23 to 26 the Procuring Entity may procure upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services However the Supplier shall continue performance of this Contract to the extent not terminated In case the delay in the delivery of the Goods and or performance of the Services exceeds a time duration equivalent to ten percent 10 of the specified contract time plus any time extension duly granted to the Supplier
29. 8 1 18 2 18 3 The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule Amount of Bid Security ii Equal to Percentage of the ABC a Cash or cashier s manager s check issued by a Universal or Commercial Bank b Bank draft guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank Two percent 2 c Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security Five percent 5 d Any combination of the foregoing Proportionate to share of form with respect to total amount of security e Bid Securing Declaration For biddings conducted by LGUs the Bidder may also submit bid securities in the form of cashier s manager s check bank draft guarantee or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement The bid security should be valid for the period specified in the BDS Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non responsive No bid securities shall be returned to bidders after the opening of bids and before contract signing except to those that failed or dec
30. AO IA O O O O O PA o Y o YU ui O ITEM IX ABC PhP 8 285 90 PAS NO Sticker paper A4 80 gsm 30 0374 Inkjet friendly 10 pcs pack KMD Matt Library Ballpoint Pen black 10 Ballpoint Pen blue 10 Ballpoint Pen red 6 Extension cord with individual 6 switch 6 gang Surgical Non sterile disposable 1 gloves 100pcs box ABC PhP 24 150 00 Wireless Laser Presenter Document divider 5pcs pack per set Extension Cord Surge Protector Balikbayan Box Big Ball pen 45 pcs Black 45 pcs Blue amp 10 pcs Green Paper A3 Paper B4 Paper 11 x 17 Heavy Duty Stapler Binder Staple Wire For Heavy Duty Stapler Binder 1 box each size 3 Hole puncher ITEM XI _ ABC PhP 16 500 00 PAS NO B Board 100 pcs pack 20 0423 assorted color Legal 20rms FOS GAD B Board 100 pcs pack 20 69 A assorted color A4 20rms ITEM XII ABC PhP 430 386 00 PAS NO BNC Cable to RCA cable 36 0460 feet long ITCAF BNC Cable to BNC cable 25 feet long PRO S video to 3RCA 36 feet VGA cables 50 meters long Cable Manager Metal rackmount Cable Ties assorted 100pcs pack Cable Ties 4 x 250mm 100 pcs pack External DVD Writer Maintenance Battery for UPS Mighty Bond 24pcs box USB Flash drive 16GB Magsafe for Macbook and Macbook Pro 15 amp 17 85 watts RJ 45 SATA and IDE USB 2 0 Connector UTP cable CAT 5E or its equ
31. Bidder with the next Lowest Calculated Bid and so on until the Lowest Calculated Responsive Bid is determined for contract award Within a period not exceeding seven 7 calendar days from the date of receipt of the recommendation of the BAC the Head of the Procuring Entity shall approve or disapprove the said recommendation In the case of GOCCs and GFIs the period provided herein shall be fifteen 15 calendar days 30 Reservation Clause 30 1 30 2 Notwithstanding the eligibility or post qualification of a Bidder the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder or that there has been a change in the Bidder s capability to undertake the project from the time it submitted its eligibility requirements Should such review uncover any misrepresentation made in the eligibility and bidding requirements statements or documents or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract Based on the following grounds the Procuring Entity reserves the right to reject any and all bids declare a failure of bidding
32. CIVE PRACTICES INSPECTION AND AUDIT BY THE FUNDING SOURCE GOVERNING LAW AND LANGUAGE NOTICE Sucina oro tio baciaes SCOPE OF CONTRACT SUBCONTRACTING ccccccccccccccccccccccccccccuccecnceececvcsceecsceeeecsceecececs PROCURING ENTITY S RESPONSIBILITIES PRICES s EAYMENT en ee ee ee er ree TAXES AND DUTIES PERFORMANCE SECURITY USE OF CONTRACT DOCUMENTS AND INFORMATION STANDARDS INSPECTION AND TESTS WARRANTY LIQUIDATED DAMAGES SETTLEMENT OF DISPUTES LIABILITY OF THE SUPPLIER 6 i soe sciuncacccornarsesaw lt omtahaauaceeoeeeesteneeiaenieieeeete FORCE WAGE UR Escuinapa eii ipod TERMINATION FOR DEFAULT TERMINATION FOR INSOLVENCY TERMINATION FOR CONVENIENCE TERMINATION FOR UNLAWFUL ACTS PROCEDURES FOR TERMINATION OF CONTRACTS c cccccceccececceccs ASSIGNMENT OF RIGHTS ccccceccccccccccucccceccucsccectcceccnceccsececeecees CONTRACT AMENDMENT APPLICATION rss ee an s 33 1 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Definitions 1 1 a b c d e f g h i 0 k 1 m n In this Contract the following terms shall be interpreted as indicated The Contract means the agreement entered into between the Procuring Entity and the Supplier as recorded in the Contract Form signed by the partie
33. ITCAF ITEM XIV PAS NO 0466 ITCAF ITEM XV PAS NO 0509 Records ITEM XVI PAS NO 0512 ACEF NTS ITEM XVII PAS NO 0526 FMS Office of the Dir Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 C9380A HP 72 130ml Magenta and Cyan Printhead C9380A HP 72 130ml Matte Black and Yellow Printhead C9380A HP officejet K8600 Black and Yellow C9382A HP officejet K8600 Magenta and Cyan C9382A A3 Bond paper A3 Photo paper HP coated paper 914mm x 91 4m 36in x 300ft C9680A HP Universal Semi Gloss Photo Paper 914mm x 30 5 96in x 100ft Laptop Battery Portege M600 Toshiba or its equivalent Correction pen 1 0mm ball 7ml Sign here sticker 1 1 2 x 4 1 2 Paper A4 beige ream Puncher 3 holes Desk Tray incoming outgoing plastic Heavy Duty Economy Stapler 100 to 200 sheets Capacity 1 2 staple size Dater Continuous Numbering Machine up to 4 digits heavy duty Ball pen Blue Glue Stick Non Toxic acid free washable non for glue gun Note Pad self adhesive ruled pad size 4 x 6 Binding Tape 1 width green blue red roll Pencil Medium 2 per box Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 Gel Grip Black piece Sign Pen
34. LIPPINES CITY MUNICIPALITY OF 5 5 AFFIDAVIT I Name of Affiant of legal age Civil Status Nationality and residing at Address of Affiant after having been duly sworn in accordance with law do hereby depose and state that 1 Select one delete the other If a sole proprietorship I am the sole proprietor of Name of Bidder with office address at address of Bidder If a partnership corporation cooperative or joint venture I am the duly authorized and designated representative of Name of Bidder with office address at address of Bidder J 2 Select one delete the other If a sole proprietorship As the owner and sole proprietor of Name of Bidder I have full power and authority to do execute and perform any and all acts necessary to represent it in the bidding for Name of the Project of the Name of the Procuring Entity If a partnership corporation cooperative or joint venture I am granted full power and authority to do execute and perform any and all acts necessary and or to represent the Name of Bidder in the bidding as shown in the attached state title of attached document showing proof of authorization e g duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture 3 Name of Bidder is not blacklisted or barred from bidding by the Government of the Philippines or any of its agencies offices corporations or Local Government Units
35. Paper Fax Machine replacement Ink Film KX FA57E KX FA57A 70M x roll USB Connector Cable Thermal Transfer Label Satin Barcode Polyester Barcode sticker white Sticker paper A4 80 gsm Inkjet friendly 10 pcs pack Matt Ballpoint Pen black Ballpoint Pen blue Ballpoint Pen red Extension cord with individual switch 6 gang Non Surgical non sterile disposable gloves 100pcs box Wireless Laser Presenter Document divider 5pcs pack per set Extension Cord Surge Protector Balikbayan Box Big Ball pen 45 pcs Black 45 pcs Blue amp 10 pcs Green Paper A3 Paper B4 Paper 11 x 17 Heavy Duty Stapler Binder Staple Wire For Heavy Duty Stapler Binder 1 box each size 3 Hole puncher B Board 100 pcs pack assorted color Legal 20rms B Board 100 pcs pack assorted color A4 20rms BNC Cable to RCA cable 36 feet long BNC Cable to BNC cable 25 feet long PRO S video to 3RCA 36 feet VGA cables 50 meters long Cable Manager Metal rackmount Cable Ties assorted 100pcs pack Cable Ties 4 x 250mm 100 pcs pack External DVD Writer Maintenance Battery for UPS Mighty Bond 24pcs box USB Flash drive 16GB Magsafe for Macbook and Macbook Pro 15 amp 17 85 watts RJ 45 SATA and IDE USB 2 0 Connector UTP cable CAT 5E or its equivalent HP 72 130ml Gray and Photo Black Printhead 59 ITEM XIII PAS NO 0465
36. S 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 shall be deemed to form and be read and construed as part of this Agreement viz a the Bid Form and the Price Schedule submitted by the Bidder b the Schedule of Requirements I the Technical Specifications d the General Conditions of Contract e the Special Conditions of Contract and f the Entity s Notification of Award EN In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract 5 The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract 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 Signed sealed delivered by the for the Entity Signed sealed delivered by the for the Supplier 13 Omnibus Sworn Statement REPUBLIC OF THE PHI
37. S av AAA 21 i Dae BDO A E sence E EE E E E E E E E R 21 23 Modification and Withdrawal of Bids ooooccccnccconcccnnccnnnnconnnonnncnnnncnnncnnncono 21 24 Opening and Preliminary Examination of BidS ooccconncccnccnnnccnnnncnnncnnncono 21 EVALUATION AND COMPARISON OF BIDS sssssssssssesesseeeesesssssssssssseseseeeees 23 Zo Process 10 DE Contacta nia 23 20 Clete Oi OF 1G S ana apse E ee eaen mannan ecaacawaniageecseoact 23 216 IDOMeStuoO T IOE IO e aE Tt ee ee een eer eee ee ee ee eT 23 28 Detailed Evaluation and Comparison of Bids cccc cece cece cence eee eeneeeenneees 24 O Republic of the Philippines Yu o 5isf_Ze OFFICE OF THE SECRETARY lt XA 4 Elliptical Road Diliman Quezon Cit a F lt p 1 1 y O il i 4 1100 Philippines 1898 Tax Identification Number 000 845 895 29 POSPQUAlIMMICA ON E EE ES 25 30 Reservation Clause ccccecccccccecccccecccccccccscccccccecccecsseccccccsseccecesecesssacaeecs 26 F AWARD OF CONTRACT arriendan 27 Sl MORE AC Award sonado carta cada 27 Oe PEME Ol Ee CONT aO airaa E EE N RAE E OE 27 OSs PEO NE C eE saanecnoesedssceedssAsoeat aceedecdencesqeecocsnae 28 34 Notice to Proceed sessesessessssecssrecscescsesecsecsesecscsecsccscoerecoececrecoceecseseeeeoo 29 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 General Scope of Bid
38. al in the procurement process or in contract execution entering on behalf of the Government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in Republic Act 3019 fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels coercive practices means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or affect the execution of a contract obstructive practice is aa deliberately destroying falsifying altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign governm
39. and or GCC Clause 2 1 a ii SUPPLY AND DELIVERY OF VARIOUS OFFICE AND I T SUPPLIES SECOND BIDDING Binding Tape 1 width green blue red roll Binding Tape 1 5 width green blue red roll Binding Tape 2 width green blue red roll Glue Stick Non Toxic acid free washable not for glue gun Tabloid Paper Multicopy 11 x 17 80 gsm for Laser Printer high speed copier ream Note Pad self adhesive ruled pad size 4 x 6 Linen Paper Stratmore 25 x 38 Assorted Color sheet Pencil Medium 2 per piece Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 Gel Grip Black piece Sign Pen 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1 x 1 7 50 s post it label assorted color Colored Separator short size 8 5 x 11 set Colored Separator legal size 8 5 x 13 set Colored Separator A4 size 210mm x 297mm 56 NC Ag Republic of the Philippines 253322 _ OFFICE OF THE SECRETARY WF 5 Elliptical Road Diliman Quezon City 1100 Philippines 1898 Tax Identification Number 000 845 895 set Lever File Folder Plastic Clear CS 711 Legal size assorted color Lever File Folder Plastic Clear CS 711 A4 size assorted color Vinyl Folder with built in fastener expanding assorted color Legal size Vinyl Fold
40. as Ballpen 50 pcs Black 100 pcs Blue amp 50 pcs Red Colored Bond Paper 8 Ya x 13 80gsm color light green Neon Paper sticker 8 5 x 12 10s per packs Assorted Color Special bond paper Board 180 GSM Size 8 Ya x 13 10s per pack Correction Pen Quickly Dry Multi uses 12 ML PO EA OOOO AO IA O O O O O ITEM III ABC PhP 111 500 00 PAS NO File Folder size A4 3 thick 0235 with inside pockets BAFPS File dividers plastic material A4 size assorted colors 5 dividers set Notepads 50 pages 6x9 inches with prescribed print watermark Expanding envelope Legal size green plastic with elastic fastener I D strap with holder 1 D holder 10 5cm x 15cm 1 D strap 1 thick green Permanent Marker Pen 0 4mm black Folder pre punched A4 size clear transparent cover with built in fastener assorted colors Colored typewriting paper A4 size yellow CD sticker 2 sticker per sheet 10 sheets pack SusToTAL pot E O IS ITEM IV ABC PhP 16 500 00 PAS NO Double Adhesive Tape 1 x 5m 0249 Double Adhesive Tape with ROMD foam 1 x 5m Binding Tape 2 1 2 x 20m Binding Tape 3 x 20m Stick on Notes Please Sign Colored Copy Paper 80 GSM Substance 24 Legal Color Blue Yellow Green 2 rms per 67 00 00 W o S o o SUB TOTAL ABC PhP 45 170 00 Battery Charger 2700 amp Laptop Bat
41. 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 a If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity or between the BAC and any of the Bidders or if the collusion is between or among the bidders themselves or between a Bidder and a third party including any act which restricts suppresses or nullifies or tends to restrict suppress or nullify competition b If the Procuring Entity s BAC is found to have failed in following the prescribed bidding procedures or c For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows i If the physical and economic conditions have significantly changed so as to render the project no longer economically financially or technically feasible as determined by the head of the procuring entity ii If the project is no longer necessary as determined by the head of the procuring entity and 26 30 3 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 iii If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity In addition the Procuring Entity m
42. at 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 39 17 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 16 2 If applicable the inspections and tests may be conducted on the premises of the Supplier or its subcontractor s at point of delivery and or at the goods final destination If conducted on the premises of the Supplier or its subcontractor s all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the Procuring Entity The Supplier shall provide the Procuring Entity with results of such inspections and tests 16 3 The Procuring Entity or its designated representative shall be entitled to attend the tests and or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including but not limited to all traveling and board and lodging expenses 16 4 The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and or inspection or do not conform to the specifications The Supplier shall either rectify or replace such
43. ation and n and unit per item if col 8 9 component price of Contract is other awarded incidental services SUPPLY AND DELIVERY OF VARIOUS OFFICE AND LT SUPPLIES ITEM I PAS NO 0205 Budget ABC PhP 334 190 00 Binding Tape 1 width green blue red roll Binding Tape 1 5 width green blue red roll Binding Tape 2 width green blue red roll Glue Stick Non Toxic acid free washable not for glue gun Tabloid Paper Multicopy 11 x 17 80 gsm for Laser Printer high speed copier ream Note Pad self adhesive ruled pad size 4 x 6 Linen Paper Stratmore 25 x 38 Assorted Color sheet Pencil Medium 2 per piece Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 Gel Grip Black piece Sign Pen 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1 x 1 7 50 s post it label assorted color Colored Separator short size 8 5 x 11 set Colored Separator legal size 8 5 x 13 set Colored Separator A4 size 210mm x 297mm set Lever File Folder Plastic Clear 65 CS 711 Legal size assorted color Lever File Folder Plastic Clear CS 711 A4 size assorted color Vinyl Folder with built in fastener expanding assorted color Legal size Vinyl Folder with built in fastener expanding assorted c
44. aty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate b Citizens corporations or associations of a country included in the list issued by the GPPB the laws or regulations of which grant reciprocal rights or privileges to citizens corporations or associations of the Philippines c When the Goods sought to be procured are not available from local suppliers or d When there is a need to prevent situations that defeat competition or restrain trade Government corporate entities may be eligible to participate only if they can establish that they a are legally and financially autonomous b operate under commercial law and c are not dependent agencies of the GOP or the Procuring Entity Unless otherwise provided in the BDS the Bidder must have completed at least one contract similar to the Project the value of which adjusted to current prices using the National Statistics Office consumer price index must be at least equivalent to a percentage of the ABC stated in the BDS For this purpose contracts similar to the Project shall be those described in the BDS and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12 1 a iii The Bidder must submit a computation of its Net Financial Contracting Capacity NFCC or a commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the
45. ay be in the form of a Bid Securing Declaration 2 I We accept that a I we will be automatically disqualified from bidding for any 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 if I we have committed any of the following actions i Withdrawn my our Bid during the period of bid validity required in the Bidding Documents or ii Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity 3 I We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances a Upon expiration of the bid validity period or any extension thereof pursuant to your request b I am we are declared ineligible or post disqualified upon receipt of your notice to such effect and i I we failed to timely file a request for reconsideration or ii I we filed a waiver to avail of said right c I am we are declared as the bidder with the Lowest Calculated and Responsive Bid Highest Rated and Responsive Bid and I we have furnished the performance security and signed the Contract t Select one and delete the other Select
46. ay likewise declare a failure of bidding when a No bids are received b All prospective Bidders are declared ineligible c All bids fail to comply with all the bid requirements or fail post qualification or d The Bidder with the Lowest Calculated Responsive Bid LCRB refuses without justifiable cause to accept the award of contract and no award is made Award of Contract 31 Contract Award 31 1 31 2 51 5 31 4 Subject to ITB Clause 29 the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the LCRB Prior to the expiration of the period of bid validity the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted through a Notice of Award received personally or sent by registered mail or electronically receipt of which must be confirmed in writing within two 2 days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity Notwithstanding the issuance of the Notice of Award award of contract shall be subject to the following conditions a Submission of the valid JVA if applicable within ten 10 calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB b Posting of the performance security in accordance with ITB Clause33 c Signing of the contract as provided in ITB Clause 32 and d Approval by higher authority
47. ccccccceceees T7 CHECKLIST OF BID REQUIREMENTS ANNEX B cccccccccccccccccccccccecees 79 62 Bid Form Date Invitation to Bid N To name and address of Procuring Entity Gentlemen and or Ladies Having examined the Bidding Documents including Bid Bulletin Numbers insert numbers the receipt of which is hereby duly acknowledged we the undersigned offer to supply deliver perform description of the Goods in conformity with the said Bidding Documents for the sum of total Bid amount in words and figures or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid We undertake if our Bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our Bid is accepted we undertake to provide a performance security in the form amounts and within the times specified in the Bidding Documents We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18 2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period Commissions or gratuities if any paid or to be paid by us to agents relating to this Bid and to contract execution if we are awarded the contract are listed below Name and address of agent Amount and Currency Purpose of Commission or gratuity if none state None Un
48. cifically mentioned that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein Any additional requirements for the completion of this Contract shall be provided in the SCC 36 gt Ag Republic of the Philippines 223322 OFFICE OF THE SECRETARY a 4 A Q a lt N ae e Elliptical Road Diliman Quezon City EN s p Q y i 4 1100 Philippines 1898 Tax Identification Number 000 845 895 7 Subcontracting 7 1 Subcontracting of any portion of the Goods if allowed in the BDS does not relieve the Supplier of any liability or obligation under this Contract The Supplier will be responsible for the acts defaults and negligence of any subcontractor its agents servants or workmen as fully as if these were the Supplier s own acts defaults or negligence or those of its agents servants or workmen 7 2 Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract subject to compliance with the required qualifications and the approval of the Procuring Entity 8 Procuring Entity s Responsibilities 8 1 Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits approvals import and other licenses from local public authorities the Procuring Entity shall if so needed by the Supplier make its best effort to assist the Supplier in complying with such requirements in a
49. city 2 staple size Dater Continuous Numbering Machine up to 4 digits heavy duty ABC PhP 247 50 Ball pen Blue ABC PhP 35 095 50 Glue Stick Non Toxic acid free washable non for glue gun Note Pad self adhesive ruled pad size 4 x 6 Binding Tape 1 width green blue red roll Pencil Medium 2 per box Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 Gel Grip Black piece Sign Pen 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1 x 1 7 50 s post it label assorted color Plastic expanding Plastic with divider and with Ear Tag and with elastic strap LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide ABC PhP 183 04 Transparency film for OHP PPC A4 54 132 00 165 00 385 00 550 00 1 100 00 2 500 00 2 500 00 66 00 165 00 330 00 33 00 16 50 16 50 16 50 49 50 49 50 44 00 82 50 495 00 3 300 00 ITEM XIX PRAS NO 0765 OSEC Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 ABC PhP 291 179 16 Sign Pen Black 0 7mm needle tip Sign Pen Blue 0 7mm needle tip Pressboard folder A4 size assorted colors Photo Paper 8 5 x
50. contain false information or falsified documents or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding allowing the use of one s name or using the name of another for purposes of public bidding withdrawal of a bid or refusal to accept an award or enter into contract with the Government without justifiable cause after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid refusal or failure to post the required performance security within the prescribed time refusal to clarify or validate in writing its bid during post qualification within a period of seven 7 calendar days from receipt of the request for clarification any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful or all other acts that tend to defeat the purpose of the competitive bidding such as habitually withdrawing from bidding submitting late Bids or patently insufficient bid for at least three 3 times within a year except for valid reasons b If the successful Bidder i Fails to sign the contract in accordance with ITB Clause 32 or 19 19 20 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philipp
51. contract for this Project CLC The NFCC computed using the following formula must be at least equal to the ABC to be bid NFCC Current assets minus current liabilities K minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts including awarded contracts yet to be started coinciding with the contract for this Project Where K 10 for a contract duration of one year or less 15 for a contract duration of more than one year up to two years and 20 for a contract duration of more than two years 10 p Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines 898 Tax Identification Number 000 845 895 The CLC must be at least equal to ten percent 10 of the ABC for this Project If issued by a foreign bank it shall be confirmed or authenticated by a Universal or Commercial Bank In the case of local government units LGUs the Bidder may also submit CLC from other banks certified by the Bangko Sentral ng Pilipinas BSP as authorized to issue such financial instrument 6 Bidder s Responsibilities 6 1 6 2 6 3 The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII Bidding Forms as required in ITB Clause 12 1 b iii The Bidder is responsible for the following a Having taken steps to carefully examine all of the Bidding Documents b Havi
52. cted for computational errors discounts and other modifications which exceed the ABC shall not be considered unless otherwise indicated in the BDS The Procuring Entity s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form Bids shall be evaluated on an equal footing to ensure fair competition For this purpose all bidders shall be required to include in their bids the cost of all taxes such as but not limited to value added tax VAT income tax local taxes and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates Such bids including said taxes shall be the basis for bid evaluation and comparison Post Qualification 29 1 29 2 29 3 29 4 The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid LCB complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5 12 and 13 Within a non extendible period of three 3 calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB the Bidder shall submit the following documentary requirements a Tax clearance per Executive Order 398 Series of 2005 b Latest income and business tax returns in the form specified in the BDS c Certificate of PhilGEPS Registration and d Other appropriate licenses and permits required by
53. d in the BDS Prices quoted by the Bidder shall be fixed during the Bidder s performance of the contract and not subject to variation or price escalation on any account A bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected pursuant to ITB Clause 24 All bid prices shall be considered as fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines and upon the recommendation of the Procuring Entity Nevertheless in cases where the cost of the awarded contract is affected by any applicable new laws ordinances regulations or other acts of the GOP promulgated after the date of bid opening a contract price adjustment Shall be made or appropriate relief shall be applied on a no loss no gain basis Bid Currencies 16 1 16 2 16 3 Prices shall be quoted in the following currencies a For Goods that the Bidder will supply from within the Philippines the prices shall be quoted in Philippine Pesos b For Goods that the Bidder will supply from outside the Philippines the prices may be quoted in the currency ies stated in the BDS However for purposes of bid evaluation bids denominated in foreign currencies Shall be converted to Phili
54. e if so required by the Funding Source Governing Law and Language 4 1 4 2 This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines This Contract has been executed in the English language which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English Notices 5 1 5 2 Any notice request or consent required or permitted to be given or made pursuant to this Contract shall be in writing Any such notice request or consent shall be deemed to have been given or made when received by the concerned party either in person or through an authorized representative of the Party to whom the communication is addressed or when sent by registered mail telex telegram or facsimile to such Party at the address specified in the SCC which shall be effective when delivered and duly received or on the notice s effective date whichever is later A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5 1 Scope of Contract 6 1 6 2 The GOODS and Related Services to be provided shall be as specified in Section VI Schedule of Requirements This Contract shall include all such items although not spe
55. ection VIII Bidding Forms b On Delivery Seventy percent 70 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of receipt of the Goods and upon submission of the documents i through vi specified in the SCC provision on Delivery and Documents c On Acceptance The remaining twenty percent 20 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entity s authorized representative In the event that no inspection or acceptance certificate is issued by the Procuring Entity s authorized representative within forty five 45 days of the date shown on the delivery receipt the Supplier shall have the right to claim payment of the remaining twenty percent 20 subject to the Procuring Entity s own verification of the reason s for the failure to issue documents vii and viii as described in the SCC provision on Delivery and Documents All progress payments shall first be charged against the advance payment until the latter has been fully exhausted Taxes and Duties The Supplier whether local or foreign shall be entirely responsible for all the necessary taxes stamp duties license fees and other such levies imposed for the completion of this Contract Performance Security 13 1 Within ten 10 calendar days from receipt of the Notice of A
56. ed 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 Shall rescind the Contract pursuant to GCC Clause 23 without prejudice to other courses of action and remedies open to it Settlement of Disputes 20 1 If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation 20 2 If after thirty 30 days the parties have failed to resolve their dispute or difference by such mutual consultation then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration as hereinafter provided as to the matter in dispute and no arbitration in respect of this matter may be commenced unless such notice is given 20 3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by 41 20 4 20 5 p Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 arbitration
57. el Grip Black piece Sign Pen 0 7 Gel Grip Blue piece Correction pen rolling ball metal pen Flags 1 x 1 7 50 s post it label assorted color Plastic expanding Plastic with divider and with Ear Tag and with elastic strap LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide SuB TOTAL PO OO OO O ee ee ee eee ITEM ABC PhP 183 04 XVIII Transparency film for PAS NO OHP PPC A4 0336 PIED PDS ITEM XIX ABC PhP 291 179 16 PRAS NO Sign Pen Black 0 7mm needle 0765 tip OSEC Sign Pen Blue 0 7mm needle tip Pressboard folder A4 size assorted colors Photo Paper 8 5 x 11 in size glossy 50pcs pack Sticker paper 8 5 x 11 size 50pcs pack GRAND TOTAL 72 Contract Agreement Form THIS AGREEMENT made the day of 20 between name of PROCURING ENTITY of the Philippines hereinafter called the Entity of the one part and name of Supplierjof city and country of Supplier hereinafter called the Supplier of the other part WHEREAS the Entity invited Bids for certain goods and ancillary services viz brief description of goods and services and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of contract price in words and figures hereinafter called the Contract Price NOW THIS AGREEMENT WITNESSETH AS FOLLOW
58. ence marked as Annex C These documents shall be included in addition to the enumerated documents herein provided for submission during the opening of bids The statement of all ongoing and completed government and private contracts shall include all such contracts from CY 2011 and CY 2012 prior to the deadline for the submission and receipt of bids 12 1 a iii 30 AA OFFICE OF THE SECRETARY Gre Elliptical Road Diliman Quezon City Republic of the Philippines 1100 Philippines Tax Identification Number 000 845 895 Audited Financial Statement for CY 2012 with comparative 12 1 a iv analysis CY 2011 and CY 2012 stamped Received by the BIR or its duly accredited and authorized Institutions 13 1 No additional requirements 13 1 b No further instructions The ABC is One Million Six Hundred Nineteen Thousand Four Hundred Thirty Three Pesos and 10 100 PhP 1 619 433 10 Any bid with a financial component exceeding this amount shall not be accepted 15 4 a iii No incidental services are required Not applicable 15 4 b No incidental services are required 16 1 b The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos 16 3 Not applicable Bids will be valid until for a period of one hundred twenty 120 17 1 calendar days from the opening of bids The bid security shall be in the following amount PA a N
59. ent foreign or international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation or 35 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 2 2 bb acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein b will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract Further the Funding Source Borrower or Procuring Entity as appropriate will seek to impose the maximum civil administrative and or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2 1 a Inspection and Audit by the Funding Source The Supplier shall permit the Funding Source to inspect the Supplier s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Sourc
60. er with built in fastener expanding assorted color A4 size Ring Binding Folder 1 thickness 3 rings D style rings Legal Size Assorted Color piece Ring Binding Folder 1 5 thickness 3 rings D style rings A4 size Assorted Color piece Clear Book Legal size Assorted Color piece Photo Paper A4 sheets packs Sticker Paper A4 30 sheets packs assorted color Hard Storage Box w Cover 18 x 12 x 11 in total dimension durable two holes on both sides for handling thick and hard materials not cardboard piece Cutting Mat size dimension 900mm x 600mm Apple Battery Charger including 6 AA NiMH rechargeable battery cartridge for use in the wireless mouse and keypad of IMAC Desktop Computers Users Manual and quick start guide LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide Laminating film consumables packs fit for A3 size of document 125 microns Laminating film consumables rolls 228mm x 100M 125 microns X pointer Wireless Presentor Device Transmitter 433MHz 3v Class II laser Receiver Flash built in memory 1GB compatible for Windows 98 Se Me 2000 XP Mac OS Linux USB 1 1 USB 2 0 including accessories and warranty ITEM II Adjustable Keyboard Tray with mouse holder Post it Notes Sign Here Flag Languettes PAS NO Banderitas 0228 Ballpen 50 pcs Black 100 pcs B
61. erchandise covered by his bid and c the business has been in existence for at least five 5 consecutive years prior to the advertisement and or posting of the Invitation to Bid for this Project A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles materials or supplies of the growth or production of the Philippines or manufactured articles materials or supplies manufactured or to be manufactured in the Philippines substantially from articles materials or supplies of the growth production or manufacture as the case may be of the Philippines Detailed Evaluation and Comparison of Bids 28 1 28 2 28 3 The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids pursuant to ITB Clause 24 in order to determine the Lowest Calculated Bid The Lowest Calculated Bid shall be determined in two steps a The detailed evaluation of the financial component of the bids to establish the correct calculated prices of the bids and b The ranking of the total bid prices as so calculated from the lowest to the highest The bid with the lowest price shall be identified as the Lowest Calculated Bid The Procuring Entity s BAC shall immediately conduct a detailed evaluation of all bids rated passed using non discretionary pass fail criteria Un
62. f amount of guarantee in figures and words We the bank or financial institution as instructed by the Supplier agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier in the amount not exceeding amount of guarantee in figures and words We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change addition or modification This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until date Yours truly Signature and seal of the Guarantors name of bank or financial institution address date 76 ANNEX A REPUBLIC OF THE PHILIPPINES CITY OF S S BID SECURING DECLARATION Invitation to Bid Request for Expression of Interest No Insert reference number To Insert name and address of the Procuring Entity I We the undersigned declare that 1 I We understand that according to your conditions bids must be supported by a Bid Security which m
63. f the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 e f g h a verified position paper stating why this Contract should not be terminated If the Supplier fails to show cause after the lapse of the seven 7 day period either by inaction or by default the Head of the Procuring Entity shall issue an order terminating this Contract The Procuring Entity may at any time before receipt of the Supplier s verified position paper described in item d above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed delivered or performed before the Supplier s receipt of the notice Within a non extendible period of ten 10 calendar days from receipt of the verified position paper the Head of the Procuring Entity shall decide whether or not to terminate this Contract It shall serve a written notice to the Supplier of its decision and unless otherwise provided this Contract is deemed terminated from receipt of the Supplier of the notice of decision The termination shall only be based on the ground s stated in the Notice to Terminate The Head of the Procuring Entity may create a Contract Termination Review Committee CTRC to assist him in the discharge of this function All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring En
64. fered from within the Procuring Entity s country 1 The price of the Goods quoted EXW ex works ex factory ex warehouse ex showroom or off the shelf as applicable including all customs duties and sales and other taxes already paid or payable 1 1 on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory or 1 2 on the previously imported Goods of foreign origin quoted ex warehouse ex showroom or off the shelf and any Procuring Entity country sales and other taxes which will be payable on the Goods if the contract is awarded ii The price for inland transportation insurance and other local costs incidental to delivery of the Goods to their final destination 16 16 17 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 15 5 iii The price of other incidental services if any listed in the BDS b For Goods offered from abroad 1 Unless otherwise stated in the BDS the price of the Goods shall be quoted 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 liste
65. foreign government foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board 4 Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original complete and all statements and information provided therein are true and correct 5 Name of Bidder is authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted 6 Select one delete the rest If a sole proprietorship I am 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 If a partnership or cooperative None of the officers and members of Name of Bidder is related to the Head of the Procuring Entity members of the Bids and Awards 74 Committee BAC the Technical Working Group and the BAC Secretariat the head of the Project Management Office or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree If a corporation or joint venture None of the officers directors and controlling stockholders of Name of Bidder is related to the Head of the Procuring Entity members of the Bids and Awards Committee
66. g A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two 2 or more separate bid envelopes Bid Prices 15 1 The Bidder shall complete the appropriate Price Schedules included herein stating the unit prices total price per item the total amount and the expected countries of origin of the Goods to be supplied under this Project 15 2 The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities Bids not addressing or providing all of the required items in the Bidding Documents including where applicable Bill of Quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a 0 zero for the said item would mean that it is being offered for free to the Government 15 3 The terms Ex Works EXW Cost Insurance and Freight CIF Cost and Insurance Paid to CIP Delivered Duty Paid DDP and other trade terms used to describe the obligations of the parties shall be governed by the rules prescribed in the current edition of the International Commercial Terms INCOTERMS published by the International Chamber of Commerce Paris 15 4 Prices indicated on the Price Schedule shall be entered separately in the following manner a For Goods of
67. h this Clause will result in the automatic disqualification of a Bidder 5 Eligible Bidders onl Unless otherwise provided in the BDS the following persons shall be eligible to participate in this bidding a Duly licensed Filipino citizens sole proprietorships b Partnerships duly organized under the laws of the Philippines and of which at least sixty percent 60 of the interest belongs to citizens of the Philippines c Corporations duly organized under the laws of the Philippines and of which at least sixty percent 60 of the outstanding capital stock belongs to citizens of the Philippines Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 5 2 5 3 5 4 5 5 d Cooperatives duly organized under the laws of the Philippines and of which at least sixty percent 60 of the interest belongs to citizens of the Philippines and e Unless otherwise provided in the BDS persons entities forming themselves into a JV ie a group of two 2 or more persons entities that intend to be jointly and severally responsible or liable for a particular contract Provided however that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent 60 Foreign bidders may be eligible to participate when any of the following circumstances exist as specified in the BDS a When a Tre
68. he BDS including contracts awarded but not yet started if any The statement shall include for each contract the following i i 1 iii 2 iii 3 iii 4 iii 5 iii 6 name of the contract date of the contract kinds of Goods amount of contract and value of outstanding contracts date of delivery and end user s acceptance or official receipt s issued for the contract if completed Audited financial statements stamped received by the Bureau of Internal Revenue BIR or its duly accredited and authorized institutions for the preceding calendar year which should not be earlier than two 2 years from bid submission NFCC computation or CLC in accordance with ITB Clause 5 5 and Class B Document vi If applicable the 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 Technical Documents i Bid security in accordance with ITB Clause 18 If the Bidder opts to submit the bid security in the form of 1 1 a bank draft guarantee or an irrevocable letter of credit issued by a foreign bank it shall be accompanied by a confirmation from a Universal or Commercial Bank or 14 p Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines
69. hing of value to influence the action of any such official in the procurement process or in contract execution entering on behalf of the government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in RA 3019 ii fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition iii collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 iv coercive practices means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or affect the execution of a contract v obstructive practice is aa deliberately destroying falsifying altering or concealing of evide
70. ine 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 48 oF AG Republic of the Philippines Zac OFFICE OF THE SECRETARY Mr Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 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 in accordance with GCC Clause 22 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 Patent Rights The Supplier shall indemnify the Procuring Entity against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof 109 10 4 Not applicable 13 4 c No further instructions The inspections and tests that will be conducted are None
71. ines Tax Identification Number 000 845 895 ii Fails to furnish performance security in accordance with ITB Clause 33 Format and Signing of Bids 19 1 19 2 19 3 19 4 19 5 Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section IX Bidding Forms on or before the deadline specified in the ITB Clauses21 in two 2 separate sealed bid envelopes and which shall be submitted simultaneously The first shall contain the technical component of the bid including the eligibility requirements under ITB Clause 12 1 and the second shall contain the financial component of the bid Forms as mentioned in ITB Clause 19 1 must be completed without any alterations to their format and no substitute form shall be accepted All blank spaces shall be filled in with the information requested The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and13 In the event of any discrepancy between the original and the copies the original shall prevail The bid except for unamended printed literature shall be signed and each and every page thereof shall be initialed by the duly authorized representative s of the Bidder Any interlineations erasures or overwriting shall be valid only if they are signed or initialed by the duly authorized representative s of the Bidder Sealing and Marking of Bids 20 1
72. ivalent HP 72 130ml Gray and Photo Black Printhead C9380A HP 72 130ml Magenta and Cyan Printhead C9380A HP 72 130ml Matte Black and Yellow Printhead C9380A HP officejet K8600 Black and Yellow C9382A HP officejet K8600 Magenta and Cyan C9382A A3 Bond paper A3 Photo paper HP coated paper 914mm x 91 4m 36in x 300ft C9680A HP Universal Semi Gloss Photo Paper 914mm x 30 5 96in x 100ft Laptop Battery Portege M600 Toshiba or its equivalent ITEM XIV ABC PhP 7 249 00 Correction pen 1 0mm ball 7m 70 ITCAF Sign here sticker 1 1 2 x 4 12 1 2 Paper A4 beige ream 1 Puncher 3 holes 2 Desk Tray incoming outgoing 2 plastic Sue TOTAL et To ITEM XV ABC PhP 5 000 00 PAS NO Heavy Duty Economy Stapler 0509 100 to 200 sheets capacity 12 Records staple size Dater Continuous Numbering Machine up to 4 digits heavy duty sus rorat i ITEM XVI ABC PhP 247 50 PAS NO Ball pen Blue 0512 ACEF NTS sus tora ft ITEM XVII ABC PhP 35 095 50 PAS NO Glue Stick Non Toxic acid 0526 free washable non for glue FMS gun Office of Note Pad self adhesive ruled the pad size 4 x 6 Director Binding Tape 1 width green blue red roll Pencil Medium 2 per box Ballpen ordinary Black piece Ballpen ordinary Blue piece Ballpen ordinary Red piece Sign Pen 0 7 G
73. l Color Blue Yellow Green 2 rms per color Battery Charger 2700 amp Laptop Battery Toshiba Portege Laptop rechargeable battery 13 Macbook Aluminum Wireless Mouse Camcorder Battery Charger Model Sony AC VQV10 Sony Neutral Density Filter Kit VF 37NKB Offset Paper 7Olbs 500 sheets ream 25 x 38 A4 3 Hole Binding Folder 1 2 A4 3 Hole Binding Folder 1 A4 3 Hole Binding Folder 1 V2 A4 3 Hole Binding Folder 2 1 2 Ballpen Fine point black amp blue CD Album 40s Green Red Blue Document Plastic Divider A4 Document Plastic Divider Legal Page Marker PVC Book Binding Cover A4 PVC Book Binding Cover Legal Specialty Paper 2A Rechargeable battery w Charger 3A Rechargeable battery w Charger Battery Battery Pack for Notebook Computer Portege M800 A336W Cutting Mat 24 x 18 Heavy Duty 3 Hole Puncher Optical Mouse Portable power charger Power charger for Notebook Computer Portege 58 ITEM VIII PAS NO 0373 PMED ITEM IX PAS NO 0374 KMD Library ITEM X PAS NO 0395 BAC Sec ITEM XI PAS NO 0423 FOS GAD ITEM XII PAS NO 0460 ITCAF Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Ballpen black 12 s Ballpen blue 12 s Ballpen red 12 s Plain
74. l Gray and Photo Black Printhead C9380A HP 72 130ml Magenta and Cyan Printhead C9380A HP 72 130ml Matte Black and Yellow Printhead C9380A HP officejet K8600 Black and Yellow C9382A HP officejet K8600 Magenta and Cyan C9382A A3 Bond paper A3 Photo paper HP coated paper 914mm x 91 4m 36in x 300ft C9680A 53 2 500 00 30 00 500 00 200 00 12 00 700 00 800 00 950 00 2 300 00 200 00 500 00 5 500 00 1 650 00 5 500 00 8 250 00 1 650 00 550 00 550 00 5 500 00 1 100 00 1 540 00 2 750 00 4 389 00 11 00 1 100 00 7 150 00 2 970 00 2 970 00 2 970 00 4 207 50 4 207 50 880 0 19 965 00 4 950 00 HP Universal Semi Gloss Photo Paper 914mm x 3 6 600 00 30 5 96in x 100ft 4 400 00 ITEM XIII ITEM XIV ITEM XV PAS NO 0509 Records ITEM XVI PAS NO 0512 ACEF NTS ITEM XVII PAS NO 0526 FMS Office of the Dir ITEM XVIII PAS NO 0336 PIED PDS Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 ABC PhP 8 800 00 Laptop Battery Portege M600 Toshiba or its equivalent ABC PhP 7 249 00 Correction pen 1 0mm ball 7ml Sign here sticker 1 1 2 x 4 1 2 Paper A4 beige ream Puncher 3 holes Desk Tray incoming outgoing plastic ABC PhP 5 000 00 Heavy Duty Economy Stapler 100 to 200 sheets capa
75. lared as post disqualified upon submission of a written waiver of their right to file a motion for reconsideration and or protest Without prejudice on its forfeiture bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security 18 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 18 4 18 5 but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18 2 Upon signing and execution of the contract pursuant to ITB Clause 32 and the posting of the performance security pursuant to ITB Clause 33 the successful Bidder s bid security will be discharged but in no case later than the bid security validity period as indicated in the ITB Clause 18 2 The bid security may be forfeited a If a Bidder 1 ii iii iv v vi vii viii ix x xi xii withdraws its bid during the period of bid validity specified in ITB Clause 17 does not accept the correction of errors pursuant to ITB Clause 28 3 b fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause29 2 submission of eligibility requirements containing false information or falsified documents submission of bids that
76. law and stated in the BDS Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted pursuant to ITB Clauses 12 and 13 as well as other information as the Procuring Entity deems necessary and appropriate using a non discretionary pass fail criterion If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post qualification it shall declare the said bid as the Lowest Calculated Responsive Bid and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price whichever is lower 25 29 5 29 6 p Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 A negative determination shall result in rejection of the Bidder s Bid in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder s capabilities to perform satisfactorily If the second Bidder however fails the post qualification the procedure for post qualification shall be repeated for the
77. less otherwise specified in the BDS the BAC shall consider the following in the evaluation of bids a Completeness of the bid Unless the ITB specifically allows partial bids bids not addressing or providing all of the required items in the Schedule of Requirements including where applicable bill of quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a 0 zero for the said item would mean that it is being offered for free to the Procuring Entity and b Arithmetical corrections Consider computational errors and omissions to enable proper comparison of all eligible bids It may also consider bid modifications if allowed in the BDS Any adjustment shall be calculated in monetary terms to determine the calculated prices 24 29 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 28 4 28 5 28 6 Based on the detailed evaluation of bids those that comply with the above mentioned requirements shall be ranked in the ascending order of their total calculated bid prices as evaluated and corrected for computational errors discounts and other modifications to identify the Lowest Calculated Bid Total calculated bid prices as evaluated and corre
78. lue amp 50 pcs Personnel Red Colored Bond Paper 8 2 x 13 80gsm color light green Neon Paper sticker 8 5 x 12 10s per packs Assorted Color Special bond paper Board 180 GSM Size 8 Ya x 13 10s per pack Correction Pen Quickly Dry Multi uses 12 ML ITEM III File Folder size A4 3 thick with inside pockets PAS NO File dividers plastic material A4 size assorted 0235 colors 5 dividers set 57 wi OF Ag Republic of the Philippines Je o Pins ce OFFICE OF THE SECRETARY NS Elliptical Road Diliman Quezon Cit a W rs p ANO Y l i gt 1100 Philippines 1898 Tax Identification Number 000 845 895 ITEM IV PAS NO 0249 ROMD ITEM VI PAS NO 0295 AFIS ITEM VII PAS NO 0335 ITCAF Notepads 50 pages 6x9 inches with prescribed print watermark Expanding envelope Legal size green plastic with elastic fastener I D strap with holder 1 D holder 10 5cm x 15cm 1 D strap 1 thick green Permanent Marker Pen 0 4mm black Folder pre punched A4 size clear transparent cover with built in fastener assorted colors Colored typewriting paper A4 size yellow CD sticker 2 sticker per sheet 10 sheets pack Double Adhesive Tape 1 x 5m Double Adhesive Tape with foam 1 x 5m Binding Tape 2 1 2 x 20m Binding Tape 3 x 20m Stick on Notes Please Sign Colored Copy Paper 80 GSM Substance 24 Lega
79. n of Bids Language of Bid The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Entity shall be written in English Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulate n the Philippines in which case the English translation shall govern for purposes of interpretation of the bid Documents Comprising the Bid Eligibility and Technical Components 12 1 Unless otherwise indicated in the BDS the first envelope shall contain the following eligibility and technical documents 13 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 a b Eligibility Documents Class A Documents i ii iii iv v Registration certificate from the Securities and Exchange Commission SEC Department of Trade and Industry DTI for sole proprietorship or Cooperative Development Authority CDA for cooperatives or any proof of such registration as stated in the BDS Mayor s permit issued by the city or municipality where the principal place of business of the prospective bidder is located Statement of all its ongoing and completed government and private contracts within the period stated in t
80. national as increased then the Procuring Entity shall award the contract to the Domestic Bidder Entity at the amount of the lowest Foreign Bid or the bid offered by a non Philippine national as the case may be d If the Domestic Entity Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non Philippine national within two 2 calendar days from receipt of written advice from the BAC the Procuring Entity shall award to the bidder offering the Foreign Bid or the non Philippine national as the case may be subject to post qualification and submission of all the documentary requirements under these Bidding Documents 23 28 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 27 2 A Bidder may be granted preference as a Domestic Entity subject to the 27 3 certification from the DTI in case of sole proprietorships SEC in case of partnerships and corporations or CDA in case of cooperatives that the a sole proprietor is a citizen of the Philippines or the partnership corporation cooperative or association is duly organized under the laws of the Philippines with at least seventy five percent 75 of its interest or outstanding capital stock belonging to citizens of the Philippines b habitually established in business and habitually engaged in the manufacture or sale of the m
81. nce material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government foreign or international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation or bb acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein b will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract 3 2 Further the Procuring Entity will seek to impose the maximum civil administrative and or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3 1 a 3 3 Furthermore the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent audito
82. nce with the time schedule prescribed by the Procuring Entity in Section VI Schedule of Requirements 18 2 If at any time during the performance of this Contract the Supplier or its Subcontractor s 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 22 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 18 3 Except as provided under GCC Clause 22 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 19 unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages Liquidated Damages Subject to GCC Clauses 18 and 22 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 liquidat
83. ng acknowledged all conditions local or otherwise affecting the implementation of the contract c Having made an estimate of the facilities available and needed for the contract to be bid if any d Having complied with its responsibility to inquire or secure Supplemental Bid Bulletin s as provided under ITB Clause 10 3 e Ensuring that it is not blacklisted or barred from bidding by the GOP or any of its agencies offices corporations or LGUs including foreign government foreign or international financing institution whose blacklisting rules have been recognized by the GPPB f Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original complete and all statements and information provided therein are true and correct g Authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted h Ensuring that the signatory is the duly authorized representative of the Bidder and granted full power and authority to do execute and perform any and all acts necessary and or to represent the Bidder in the bidding with the duly notarized Secretary s Certificate attesting to such fact if the Bidder is a corporation partnership cooperative or joint venture i Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019 and j Complying with e
84. nt shall be made to the Procuring Entity in writing accompanied by an invoice describing aS appropriate the Goods delivered and or Services performed and by documents submitted pursuant to the SCC provision for GCC Clause 6 2 and upon fulfillment of other obligations stipulated in this Contract 37 11 12 13 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 10 3 10 4 Pursuant to GCC Clause 10 2 payments shall be made promptly by the Procuring Entity but in no case later than sixty 60 days after submission of an invoice or claim by the Supplier Unless otherwise provided in the SCC the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos Advance Payment and Terms of Payment EL 11 3 Advance payment shall be made only after prior approval of the President and shall not exceed fifteen percent 15 of the Contract amount unless otherwise directed by the President or in cases allowed under Annex D of RA 9184 For Goods supplied from abroad the terms of payment shall be as follows a On Contract Signature Ten percent 10 of the Contract Price shall be paid within sixty 60 days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in S
85. nx BAC Sec ITEM XI PAS NO 0423 FOS GAD ITEM XII PAS NO 0460 ITCAF Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Ballpoint Pen black Ballpoint Pen blue Ballpoint Pen red Extension cord with individual switch 6 gang Non Surgical non sterile disposable gloves 100pcs box ABC PhP 24 150 00 Wireless Laser Presenter Document divider 5pcs pack per set Extension Cord Surge Protector Balikbayan Box Big Ball pen 45 pcs Black 45 pcs Blue amp 10 pcs Green Paper A3 Paper B4 Paper 11 x 17 Heavy Duty Stapler Binder Staple Wire For Heavy Duty Stapler Binder 1 box each size 3 Hole puncher ABC PhP 16 500 00 B Board 100 pcs pack assorted color Legal 20rms B Board 100 pcs pack assorted color A4 20rms ABC PhP 430 386 00 BNC Cable to RCA cable 36 feet long BNC Cable to BNC cable 25 feet long PRO S video to 3RCA 36 feet VGA cables 50 meters long Cable Manager Metal rackmount Cable Ties assorted 100pcs pack Cable Ties 4 x 250mm 100 pcs pack External DVD Writer Maintenance Battery for UPS Mighty Bond 24pcs box USB Flash drive 16GB Magsafe for Macbook and Macbook Pro 15 amp 17 85 watts RJ 45 SATA and IDE USB 2 0 Connector UTP cable CAT 5E or its equivalent HP 72 130m
86. of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental Bid Bulletin Clarification and Amendment of Bidding Documents 10 1 Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten 10 calendar days before the deadline set for the submission and receipt of bids 10 2 Supplemental Bid Bulletins may be issued upon the Procuring Entity s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven 7 calendar days before the deadline for the submission and receipt of bids Any modification to the Bidding Documents shall be identified as an amendment 10 3 Any Supplemental Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity concerned if available It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental Bid Bulletins that may be issued by the BAC However Bidders who have submitted bids before the issuance of the Supplemental Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23 Preparatio
87. olor A4 size Ring Binding Folder 1 thickness 3 rings D style rings Legal Size Assorted Color piece Ring Binding Folder 1 5 thickness 3 rings D style rings A4 size Assorted Color piece Clear Book Legal size Assorted Color piece Photo Paper A4 sheets packs Sticker Paper A4 30 sheets packs assorted color Hard Storage Box w Cover 18 x 12 x 11 in total dimension durable two holes on both sides for handling thick and hard materials not cardboard piece Cutting Mat size dimension 900mm x 600mm Apple Battery Charger including 6 AA NiMH rechargeable battery cartridge for use in the wireless mouse and keypad of IMAC Desktop Computers Users Manual and quick start guide LMP 28 Key Bluetooth Numeric Keypad for iMac Users with linkage bar 2 AA batteries User s Manual and quick start guide Laminating film consumables packs fit for A3 size of document 125 microns Laminating film consumables rolls 228mm x 100M 125 microns X pointer Wireless Presentor Device Transmitter 433MHz 3v Class II laser Receiver Flash built in memory 1GB compatible for Windows 98 Se Me 2000 XP Mac OS Linux USB 1 1 USB 2 0 including accessories and warranty sumzoTAL pot O O O A O IS 66 ITEM II ABC PhP 43 100 00 PAS NO Adjustable Keyboard Tray with 0228 mouse holder Personnel Post it Notes Sign Here Flag Languettes Banderit
88. ommittee Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Section IT Instructions to Bidders TABLE OF CONTENTS GENERAL trotar 7 A o O o AAA Po AER 7 Ze 9 0h oat 0 Ml ok Bc e rer ec ee vs ee er eee ee eee ee 7 de Corrupt Fraudulent Collusive and Coercive PracticCes ooococcccnccccnnncnnnnnnnooo 7 de COMICO Icesi ala 8 S PEEB Jas eee een ne ee ee eee eee rT Treen re hee kere I ree ee eee rere 9 O Bader o RESPONSES tarta EEEN ENN E E ANATA 11 Ta OPEO TOO e a E E E E A E EEEN 12 S UC OC eE E ica 12 CONTENTS OF BIDDING DOCUMENTS sss scsevsnenswanesensseasisseswasadivnatuehenneicnates 12 D Pe BACONI Ce a E E E EN E E 12 10 Clarification and Amendment of Bidding Documents occccoccccncccnncccnnncnnacnnos 13 PREPARA TON OF DID oore rnern en EEE E AA E E 13 Tk E arean e EA Didi Ao 13 12 Documents Comprising the Bid Eligibility and Technical Components 13 13 Documents Comprising the Bid Financial Component ssssssssssssssssssssssee 15 PC AAS B a ra E E E E EEE 16 D BA PUES eee E err ere E eer ee ee ee ee 16 LOs Bla bai sy al oo eee rere eee eee eee eee eee one nee een eee ee 17 T Bd Valdano trono 17 US BLA SECO 18 19 Permatand Siening ol BIdS nido EE E TEENA 20 20 Meanie and Markin OF BIS rra 20 SUBMISSION AND OPENING OF BIDS sesrsisarora carroza 21 als Deadline tor SUDMISSION OF BIA
89. ppine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening If so allowed in accordance with ITB Clause 16 1 the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates Unless otherwise specified in the BDS payment of the contract price shall be made in Philippine Pesos Bid Validity 17 1 Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty 120 calendar days from the date of the opening of bids 17 17 2 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 In exceptional circumstances prior to the expiration of the Bid validity period the Procuring Entity may request Bidders to extend the period of validity of their bids The request and the responses shall be made in writing The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least A Bidder may refuse the request without forfeiting its bid security but his bid shall no longer be considered for further evaluation and award A Bidder granting the request shall not be required or permitted to modify its bid 18 Bid Security 1
90. 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 Contractor 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 Contractor 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 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 23 Termination for Default 23 1 The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation a Outside of force majeure the Supplier fails to deliver or perform any or all of the Goods within the period s specified in the contract or within any extension thereof granted by the Procuring Entity pursuant
91. r 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 47 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 The outer packaging must be clearly marked on at least four 4 sides as follows Name of the Procuring Entity Name of the Supplier Contract Description Final Destination Gross weight Any special lifting instructions Any special handling instructions Any relevant HAZCHEM classifications A packaging list identifying the contents and quantities of the package is to
92. r of Credit issued by a Commercial or Universal Bank equivalent to 2 of the ABC Surety Bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security equivalent 5 of the ABC Bid Securing Declaration as an additional form of bid security under the Implementing Rules and Regulations IRR of Republic Act No 9184 otherwise known as The Government Procurement Reform Act 79 Conformity with the Technical Specifications NS Omnibus Sworn Statement in accordance with Section 25 2 b iv of the IRR of RA 9184 usino prescribed form Secretary s Certificate for the Corporation ENVELOPE B FINANCIAL STATEMENT a Financial Proposal Forms on pages 63 and 65 72 b Financial Proposal printed in acetate form on page 65 72 ENVELOPE C DUPLICATE COPY a Duplicate copies in two 2 sets of the foregoing documents enclosed in Envelope A and B Note This is by no means exclusive The bidder must familiarize himself herself with other Bid Requirements not otherwise included herein such as but not limited to those in the TOR Bid Bulletins Pertinent Guidelines in GPPB rules and regulations etc 80
93. r to the Schedule of Requirements The Funding Source is The Government of the Philippines GOP through GAA CY 2013 in the amount of One Million Six Hundred Nineteen Thousand Four Hundred Thirty Three Pesos and 10 100 PhP 1 619 433 10 The name of the Project is Supply and Delivery of Various Office and I T Supplies Second Bidding EF No further instructions No further instructions None of the circumstances mentioned in the ITB Clause exists in this Project Foreign bidders except those falling under ITB Clause 5 2 b may not participate in this Project The Bidder must have completed within the period of two 2 years as specified in the Invitation to Bid and ITB Clause 12 1 a 111 a single contract that is similar to this Project equivalent to at least fifty percent 50 of the ABC No further instructions Subcontracting is not allowed Not applicable 1 1 1 2 2 3 1 5 1 5 2 5 4 7 8 1 8 2 9 1 The Procuring Entity will hold a pre bid conference for this Project on 23 July 2013 10 00AM at the DA ITCAF Conference Room 10 The Procuring Entity s address is Bids and Awards Committee 1 2 F ITCAF Building Department of Agriculture Elliptical Road Diliman Quezon City Telefax No 926 2282 12 1 a No further instructions No other acceptable proof of registration is recognized For technical documents see attached Checklist marked as Annex B and Terms of 12 1 a 1 Refer
94. ract documents that may be required by existing laws and or specified in the BDS 33 Performance Security 33 1 33 2 To guarantee the faithful performance by the winning Bidder of its obligations under the contract it shall post a performance security within a maximum period of ten 10 calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule Amount of Performance Security Equal to Percentage of the Total Contract Price Form of Performance Security a Cash or cashier s manager s check issued by a Universal or Commercial Bank Bank draft guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank Five percent 5 Surety bond callable upon demand issued by a surety or insurance company duly Thirty percent 30 28 34 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 33 3 certified by the Insurance Commission as authorized to issue such security and or
95. regulations of the Philippines which may affect this Project in any way The Bidder should note that the Procuring Entity will accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid Origin of Goods Unless otherwise indicated in the BDS there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations subject to ITB Clause 27 1 Subcontracts 8 1 8 2 8 3 Unless otherwise specified in the BDS the Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS However subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS In the event that any subcontractor is found by the Procuring Entity to be ineligible the subcontracting of such portion of the Goods shall be disallowed The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation If the Bidder opts to disclose the name of the subcontractor during bid submission the Bidder shall include the required documents
96. rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity and shall repeat the test and or inspection at no cost to the Procuring Entity upon giving a notice pursuant to GCC Clause 5 16 5 The Supplier agrees that neither the execution of a test and or inspection of the Goods or any part thereof nor the attendance by the Procuring Entity or its representative shall release the Supplier from any warranties or other obligations under this Contract Warranty 17 1 The Supplier warrants that the Goods supplied under the Contract are new unused of the most recent or current models and that they incorporate all recent improvements in design and materials except when the technical specifications required by the Procuring Entity provides otherwise 17 2 The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination 17 3 In order to assure that manufacturing defects shall be corrected by the Supplier a warranty shall be required from the Supplier for a minimum period specified in the SCC The obligation for the warranty shall be covered by at the Supplier s option either retention money in an amount equivalent to at least ten percent
97. rocurement System PhilGEPS and the website of the Procuring Entity provided that Bidders shall pay the nonrefundable fee for the Bidding Documents not later than the submission of their bids The DA Office of the Secretary will hold a Pre Bid Conference on 23 July 2013 10 00AM at the DA ITCAF Conference Room which shall be open to all interested parties Bids must be delivered to the address below on or before 9 00AM on 05 August 2013 All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18 Republic of the Philippines c OFFICE OF THE SECRETARY e Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Bid opening shall be on 05 August 2013 9 30AM at the DA ITCAF Conference Room Bids will be opened in the presence of the Bidders representatives who choose to attend at the address below Late bids shall not be accepted The DA Office of the Secretary reserves the right to accept or reject any bid to annul the bidding process and to reject all bids at any time prior to contract award without thereby incurring any liability to the affected bidder or bidders For further information please refer to Attention Bids and Awards Committee Secretariat 2 4 Floor ITCAF Building Department of Agriculture Diliman Quezon City Telefax No 926 2288 Assistant Secretary ALLAN Q UMALI Chairman Bids and Awards C
98. rs as reflected in the GCC Clause3 Conflict of Interest 4 1 All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand without prejudice to the imposition of appropriate administrative civil and criminal sanctions A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs a through c below and a general conflict of interest in any of the circumstances set out in paragraphs d through f below a A Bidder has controlling shareholders in common with another Bidder b A Bidder receives or has received any direct or indirect subsidy from any other Bidder C A Bidder has the same legal representative as that of another Bidder for purposes of this bid p Republic of the Philippines 4 OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines 898 Tax Identification Number 000 845 895 4 2 d A Bidder has a relationship directly or through third parties that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process This will include a firm or an organization who lends or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if
99. s including all attachments and appendices thereto and all documents incorporated by reference therein The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations The Goods means all of the supplies equipment machinery spare parts other materials and or general support services which the Supplier is required to provide to the Procuring Entity under the Contract The Services means those services ancillary to the supply of the Goods such as transportation and insurance and any other incidental services such as installation commissioning provision of technical assistance training and other such obligations of the Supplier covered under the Contract GCC means the General Conditions of Contract contained in this Section SCC means the Special Conditions of Contract The Procuring Entity means the organization purchasing the Goods as named in the SCC The Procuring Entity s country is the Philippines The Supplier means the individual contractor manufacturer distributor or firm supplying manufacturing the Goods and Services under this Contract and named in the SCC The Funding Source means the organization named in the SCC The Project Site where applicable means the place or places named in the SCC Day means calendar day The Effective Date of the contract will
100. sponding withdrawn bid shall be returned to the Bidder unopened If the withdrawing Bidder s representative is in attendance the Original bid and all copies thereof shall be returned to the representative during the bid opening If the representative is not in attendance the bid shall be returned unopened by registered mail The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal subject to appropriate administrative sanctions If a Bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above enumerated Class A Documents the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12 1 a items i to v In the case of an eligible foreign Bidder as described in ITB Clause 5 the Class A Documents described in ITB Clausei2 1 a may be substituted with the appropriate equivalent documents if any issued by the country of the foreign Bidder concerned Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clausesi2 1 a i and 12 1 a ii Submission of documents required under ITB Clauses12 1 a iii to 12 1 a v by any of the joint venture partners constitutes compliance A Bidder determined as failed has three 3 calendar days upon writ
101. ssion of bids is on 05 August 2013 at 9 00AM with the DA BAC Secretariat The place of bid opening is at the DA ITCAF Conference Room The date and time of bid opening is on 05 August 2013 at 9 30AM 24 2 No further instructions No further instructions 21 24 1 Grouping and Evaluation of Lots 28 3 Bidders shall have the option of submitting a proposal on any or all items Refer to Schedule of Requirements for the complete list of items Evaluation and contract award will be undertaken on a per item basis 28 3 b Modifications not allowed No further instructions 29 2 a No further instructions The Bidder has the option to submit manually filed tax returns or tax returns filed through the Electronic Filing and Payments 29 2 b System EFPS NOTE The latest income and business tax returns are those within the last six months preceding the date of bid submission 29 2 d No further instructions 32 4 g No further instructions 32 la A A yEPAR yn a r ty e E SS pul OQ ADVANCE PAYMENT AND TERMS OF PAYMENT 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 Section IV General Conditions of Contract TABLE OF CONTENTS DEFINITIONS CORRUPT FRAUDULENT COLLUSIVE AND COER
102. t bid opening The DA Office of the Secretary now invites bidders for supply and delivery of various office and I T supplies second bidding Delivery of the Goods is seven 7 days upon issuance of the Notice to Proceed NTP Bidders should have completed within two 2 years CY 2011 and CY 2012 from the date of submission and receipt of bids a similar contract equivalent to at least fifty percent 50 of the ABC The description of an eligible bidder is contained in the Bidding Documents particularly in Section II Instructions to Bidders Bidding will be conducted through open competitive bidding procedures using a non discretionary pass fail criterion as specified in the Implementing Rules and Regulations IRR of Republic Act RA 9184 otherwise known as the Government Procurement Reform Act Interested bidders may obtain further information from the BAC Secretariat DA Office of the Secretary and inspect the Bidding Documents at the address given below during 9 00AM 4 00 PM Monday to Friday before the opening of bids scheduled on 05 August 2013 at 9 30AM A complete set of Bidding Documents may be purchased by interested Bidders on 18 July 2013 05 August 2013 from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount of Five Thousand Pesos PhP 5 000 00 It may also be downloaded free of charge from the website of the Philippine Government Electronic P
103. te If payment of Bidding Documents is required by the procuring entity payment could be made upon the submission of bids ii The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the procuring entity and that the estimates reflect the quality supervision and risk and inflationary factors as well as prevailing market prices associated with the types of works or goods to be procured iii The procuring entity has trained cost estimators on estimating prices and analyzing bid variances iv The procuring entity has established a system to monitor and report bid prices relative to ABC and engineer s procuring entity s estimate 15 14 15 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 v The procuring entity has established a system to monitor and report bid prices relative to ABC and procuring entity s estimate The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works Alternative Bids Alternative Bids shall be rejected For this purpose alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of biddin
104. te is Department of Agriculture Elliptical Road Diliman Quezon City The Procuring Entity s address for Notices is Department of Agriculture Elliptical Road Dillman Quezon City The Supplier s address for Notices is Insert address including name of contact fax and telephone number Delivery of the GOODS shall be made by the Supplier in accordance with the terms specified in Section VI Scheduled of Requirements The detailed as of shipping and or other documents to be furnished by the Supplier are as follows For Goods supplied from within the Philippines Upon delivery of the Goods to the Project Site the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity i Original and four copies of the Supplier s invoice showing Goods description quantity unit price and total amount Original and four copies delivery receipt note railway receipt or truck receipt Original Supplier s factory inspection report Original and four copies of the Manufacturer s and or Supplier s warranty certificate Original and four copies of the certificate of origin for imported Goods Delivery receipt detailing number and description of items received signed by the authorized receiving personnel Certificate of Acceptance Inspection Report signed by the Procuring Entity s representative at the Project Site and Four copies of the Invoice Receipt for Property signed by
105. ten notice or if present at the time of bid opening upon verbal notification within which to file a request or motion for reconsideration with the BAC Provided however that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned Provided further that the BAC shall decide on the request for reconsideration within seven 7 calendar days from receipt thereof If a failed Bidder signifies his intent to file a motion for reconsideration the BAC shall keep the bid envelopes of the said failed Bidder unopened and or duly sealed until such time that the motion for reconsideration or protest has been resolved 22 25 26 27 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 24 8 The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include as a minimum a names of Bidders their bid price bid security findings of preliminary examination and b attendance sheet The BAC members shall sign the abstract of bids as read Evaluation and Comparison of Bids Process to be Confidential 25 1 Members of the BAC including its staff and personnel as well as its Secretariat and TWG are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids un
106. tery Toshiba Portege Laptop rechargeable battery 13 Macbook Aluminum Wireless Mouse Camcorder Battery Charger Model Sony AC VQV10 Sony Neutral Density Filter Kit VF 37NKB sue mora ITEM VI ABC PhP 14 400 00 PAS NO Offset Paper 70lbs 500 0295 sheets ream 25 x 38 AFIS ITEM VII ABC PhP 184 897 00 PAS NO A4 3 Hole Binding Folder 0335 1 25 ITCAF A4 3 Hole Binding Folder 1 A4 3 Hole Binding Folder 1 1 2 A4 3 Hole Binding Folder 2 Ya Ballpen Fine point black amp blue CD Album 40s Green Red Blue Document Plastic Divider A4 Document Plastic Divider Legal Page Marker PVC Book Binding Cover A4 PVC Book Binding Cover Legal Specialty Paper 2A Rechargeable battery w Charger 3A Rechargeable battery w Charger Battery Battery Pack for Notebook Computer Portege M800 A336W Cutting Mat 24 x 18 Heavy Duty 3 Hole Puncher Optical Mouse Portable power charger Power charger for Notebook 68 Computer Portege M800 A336W Surge Protector 5 Sue TOTAL PO OO O O ee ee eee eee ITEM VIII ABC PhP 42 600 00 PAS NO Ballpen black 12 s 0373 Ballpen blue 12 s PMED Ballpen red 12 s Plain Paper Fax Machine replacement Ink Film KX FA57E KX FA57A 70M x roll USB Connector Cable Thermal Transfer Label Satin 2 Barcode Polyester Barcode sticker 2 white PO EA OOOO
107. the Procuring Entity may terminate this Contract forfeit the Supplier s performance security and award the same to a qualified Supplier Termination for Insolvency The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction In this event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and or the Supplier Termination for Convenience 25 1 25 2 The Procuring Entity may terminate this Contract in whole or in part at any time for its convenience The Head of the Procuring Entity may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically financially or technically impractical and or unnecessary such as but not limited to fortuitous event s or changes in law and national government policies The Goods that have been delivered and or performed or are ready for delivery or performance within thirty 30 calendar days after the Supplier s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices For Goods not yet performed and or ready for delivery the Procuring Entity may elect a to have any portion delivered and or
108. the original performance security Use of Contract Documents and Information 14 1 14 2 The Supplier shall not except for purposes of performing the obligations in this Contract without the Procuring Entity s prior written consent disclose this Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Entity Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance Any document other than this Contract itself enumerated in GCC Clause 14 1 shall remain the property of the Procuring Entity and shall be returned all copies to the Procuring Entity on completion of the Supplier s performance under this Contract if so required by the Procuring Entity Standards The Goods provided under this Contract shall conform to the standards mentioned in the Section VII Technical Specifications and when no applicable standard is mentioned to the authoritative standards appropriate to the Goods country of origin Such standards Shall be the latest issued by the institution concerned Inspection and Tests 16 1 The Procuring Entity or its representative shall have the right to inspect and or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity The SCC and Section VII Technical Specifications shall specify wh
109. til a formal Contract is prepared and executed this Bid together with your written acceptance thereof and your Notice of Award shall be binding upon us We understand that you are not bound to accept the lowest or any Bid you may receive We certify confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents Dated this day of 20 signature in the capacity of Duly authorized to sign Bid for and on behalf of 1 Tf ADB JICA and WB funded projects use IFB 2Applicable only if the Funding Source is the ADB JICA or WB 63 For Goods Offered From Abroad Name of Bidder Invitation to Bid Number Page of pt 2 3 a4a 5 6 1 7 9 Item Description Country Quantity Unit price CIF port of Total CIF or Unit Price Unit price Total Price of origin entry specify port or CIP price per Delivered Duty Delivered Duty delivered CIP named place item Unpaid DDU Paid DDP DDP specify border point col 4 x 5 col 4 x 8 or place of destination 31f ADB JICA and WB funded projects use IFB 64 For Goods Offered From Within the Philippines Name of Bidder Invitation to Bid Number Page of tp 2 3 q4F s 6 789 lt w0 Item Description Country Quantity Cost of Total Unit prices Sales and Total Price of local labor price Exw per item other delivered origin raw per item final taxes Final material cols destinatio payable Destin
110. til the issuance of the Notice of Award unless otherwise allowed in the case of ITB Clause 26 25 2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity s decision in respect of bid evaluation bid comparison or contract award will result in the rejection of the Bidder s bid Clarification of Bids To assist in the evaluation comparison and post qualification of the bids the Procuring Entity may ask in writing any Bidder for a clarification of its bid All responses to requests for clarification shall be in writing Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered Domestic Preference 27 1 Unless otherwise stated in the BDS the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following a The preference shall be applied when i the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder or ii the lowest bid offered by a non Philippine national is lower than the lowest bid offered by a Domestic Entity b For evaluation purposes the lowest Foreign Bid or the bid offered by a non Philippine national shall be increased by fifteen percent 15 c In the event that i the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased or ii the lowest bid offered by a non Philippine
111. timely and expeditious manner 8 2 The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6 9 Prices 9 1 For the given scope of work in this Contract as awarded all bid prices are considered fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R A 9184 and its IRR or except as provided in this Clause 9 2 Prices charged by the Supplier for Goods delivered and or services performed under this Contract shall not vary from the prices quoted by the Supplier in its bid with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29 10 Payment 10 1 Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract Ten percent 10 of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier s warranty obligations under this Contract as described in GCC Clause 17 10 2 The Supplier s request s for payme
112. tity and The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty 30 calendar days before its intended termination The Contract is deemed terminated if it is not resumed in thirty 30 calendar days after the receipt of such notice by the Procuring Entity Assignment of Rights The Supplier shall not assign his rights or obligations under this Contract in whole or in part except with the Procuring Entity s prior written consent Contract Amendment Subject to applicable laws no variation in or modification of the terms of this Contract Shall be made except by written amendment signed by the parties Application These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract 45 Cp Republic of the Philippines SIR OFFICE OF THE SECRETARY AL a a n ve DE Elliptical Road Diliman Quezon City DAN 1100 Philippines 1898 Tax Identification Number 000 845 895 Section V Special Conditions of Contract The Procuring Entity is the Department of Agriculture Office of the Secretary 1 1 1 The Supplier is to be inserted at the time of contract award The Funding Source is the Government of the Philippines GOP through GAA CY 2013 in the amount of One Million Six Hundred Nineteen Thousand Four Hundred Thirty Three Pesos and 10 100 PhP 1 619 433 10 The Project Si
113. to rules of science or the trade and d Any other act analogous to the foregoing 27 Procedures for Termination of Contracts 27 1 The following provisions shall govern the procedures for termination of this Contract a Upon receipt of a written report of acts or causes which may constitute ground s for termination as aforementioned or upon its own initiative the Implementing Unit shall within a period of seven 7 calendar days verify the existence of such ground s and cause the execution of a Verified Report with all relevant evidence attached b Upon recommendation by the Implementing Unit the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract The notice shall state i That this Contract is being terminated for any of the ground s afore mentioned and a statement of the acts that constitute the ground s constituting the same ii the extent of termination whether in whole or in part iii an instruction to the Supplier to show cause as to why this Contract should not be terminated and iv special instructions of the Procuring Entity if any c The Notice to Terminate shall be accompanied by a copy of the Verified Report d Within a period of seven 7 calendar days from receipt of the Notice of Termination the Supplier shall submit to the Head of the Procuring Entity 44 28 29 30 Republic o
114. ward from the Procuring Entity but in no case later than the signing of the contract by both parties the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33 2 38 14 15 16 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 13 2 13 3 13 4 13 5 The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions a There are no pending claims against the Supplier or the surety company filed by the Procuring Entity b The Supplier has no pending claims for labor and materials filed against it and c Other terms specified in the SCC In case of a reduction of the contract value the Procuring Entity shall allow a proportional reduction in the original performance security provided that any such reduction is more than ten percent 10 and that the aggregate of such reductions is not more than fifty percent 50 of
115. x 1 7 50 s post it label assorted color Colored Separator short size 8 5 x 11 set Colored Separator legal size 8 5 x 13 set Colored Separator A4 size 210mm x 297mm set Lever File Folder Plastic Clear CS 711 Legal size assorted color Lever File Folder Plastic Clear CS 711 A4 size assorted color Vinyl Folder with built in fastener expanding assorted color Legal size Vinyl Folder with built in fastener expanding assorted color A4 size Ring Binding Folder 1 thickness 3 rings D style rings Legal Size Assorted Color piece Ring Binding Folder 1 5 thickness 3 rings D style rings A4 size Assorted Color piece Clear Book Legal size Assorted Color piece Photo Paper A4 sheets packs Sticker Paper A4 30 sheets packs assorted color Hard Storage Box w Cover 18 x 12 x 11 in total dimension durable two holes on both sides for handling thick and hard materials not cardboard piece Cutting Mat size dimension 900mm x 600mm 50 Quantity 300 00 340 00 400 00 60 00 650 00 150 00 75 00 30 00 15 00 15 00 15 00 45 00 45 00 40 00 75 00 50 00 55 00 52 00 130 00 120 00 110 00 100 00 200 00 180 00 200 00 250 00 650 00 500 00 1 100 00 Delivered Weeks Months Seven 7 days upon receipt of the Notice to Proceed ITEM II PAS NO 0228 Personnel ITEM 111 PAS NO 0235 BAFPS ITEM
116. xisting labor laws and standards in the case of procurement of services Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned The Bidder is expected to examine all instructions forms terms and specifications in the Bidding Documents 11 Republic of the Philippines OFFICE OF THE SECRETARY Elliptical Road Diliman Quezon City 1100 Philippines Tax Identification Number 000 845 895 6 4 6 5 6 6 6 7 6 8 It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid including a the location and the nature of this Project b climatic conditions c transportation facilities and d other factors that may affect the cost duration and execution or implementation of this Project The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity The Bidder shall bear all costs associated with the preparation and submission of his bid and the Procuring Entity will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process Before submitting their bids the Bidder is deemed to have become familiar with all existing laws decrees ordinances acts and

Download Pdf Manuals

image

Related Search

BID_DOCS_ITB_020_13_Second_Bidding

Related Contents

Section “Contributing doc  CABLE DE CONEXIÓN HF Para instrumentos de cirugía bipolares  SIC 337 - Conseil supérieur de l`Ordre des experts  Conditions Générales  n°54 - automne 2015 - Communauté de Communes du Mont d`Or et  Equipo Integrado Fibra Óptica  Instruções de Operação Resumidas - SEW  仕様一覧  VX3450L_QRG_Cover 1.1.qxd  Tucano Shine 13"  

Copyright © All rights reserved.
Failed to retrieve file