Home
        Procurement of Various Information Technology
         Contents
1.                                                        ette ette e epo e eae eae ea ae epa 130    86    IC Form No  1    Bid Form    Date   Invitation to Bid No     To  The BAC Chairperson  Insurance Commission  2 F IC Bldg   1071 United Nations Avenue  Ermita  Manila    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 Goods  in conformity with the said  Bidding Documents for the sum of   total         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  BDSprovision 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     Until a formal Contract is prepared and executed  this Bid  together with your  written acceptance thereof and your Notice of Award  shall be binding upon us     We understand that you are not bound to accept the lowest or an
2.                                       TECHNICAL SPECIFICATION QTY        Siatement or    Compliance  MULTI FUNCTION PRINTER 6 sets  See Note Below   Print Inkiet  Technology J  Resolution Up to 1200x600dpi for black and  4800x1200dpi for color  Standard 64MB  Memory  Process Speed   360 MHz  Duty Cycle Up to 3 000 Pages  1 USB 2 0 device port  Connectivity Wireless 802 11b g n  Print speed    black  ISO  Up to 8 8 ppm Up to 21 ppm  draft   Print speed    Polo  ISO Up to 5 2 ppm Up to 17 ppm  draft   FAX Yes  color  9 FAX MEMORY Up to 99 pages  Fax resolution Up to 300 x 300 dpi  Copies  i  maximum Up to 50 Copies  Copy resolution   black text  300 x 300 dpi  Copy resolution   color text and 600 x 600 dpi  graphics   Scanner type Flatbed  ADF       Scan file format    PDF  BMP  JPG  GIF  TIF  PNG       Scan resolution   optical    Up to 1200 dpi             Duplex printing   Automatic  standard   100 sheet input tray  35 sheet Automatic  Paper handling   Document Feeder  ADF   Paper    input  standard       handling output  standard  30 sheet  output tray          119                                                TECHNICAL SPECIFICATION QTY        Siatement of    Compliance  MULTI FUNCTION PRINTER 6 ae  See Note Below    continuation   Network Ready   No  en A4  210 x 297 mm  A5  148 x 210  soos Od mm  A6  105 x 148 mm  B5  176 x 250  pp mm   C6  114 x 162 mm   AC Power Cord  Accessories USB Cable  Extra Toner Cartridge  1 USB 2 0 device port  9 Connectivity Wireless 802 11b 
3.                                 85  FOR GOODS OFFERED FROM WITHIN THE                                                         86  DETAILED BID PRICE SCHEDULE                      4  eere eere eee ee ette seen ee en seen e etas etas e tease 86  FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK                         eene eere en nee 88  FORM OF BID SECURITY  BANK GUARANTEE                                                  90  FORM OF BID SECURITY  IRREVOCABLE LETTER OF CREDIT                            92  Lisr OF ALL ONGOING GOVERNMENT  amp  PRIVATE CONTRACTS   INCLUDING CONTRACTS AWARDED BUT NOT YET                                             95  STATEMENT OF ALL GOVERNMENT  amp  PRIVATE CONTRACTS COMPLETED   WHICH ARE SIMILAR IN NATURE DURING THE LAST THREE  3  YEARS               96  CREDIT LINE CERTIFICATE              e ee eese eee ore     eoe ene en oerte                            97  JOINT VENTURE AGREEMENT               e  ee eeen soe edil eno cogno eene eaae seen ee eae e eaae tene eaae 99  CONFORMITY WITH SECTION VI  SCHEDULE OF REQUIREMENTS  AND   SECTION VII  TECHNICAL SPECIFICATIONS            sscsscssscssssescscsscsssscesssesssnees 101  SECTION VII  TECHNICAL SPECIFICATIONS            ssccssssscssscsscsecssccsssceessessseses 106  CONTRACT AGREEMENT FORM                      eee ee eere eene eene een seen setae tones eee sete seen ena 125  OMNIBUS SWORN STATEMENT                    eere ee eee eee seen sten ee tn setas etos etse sete eate etta eta 128  BID SECURING     
4.                         deus TECHNICAL SPECIFICATION QTY U M   LASER PRINTER  Branded 12 sets   Print        Technology   Resolution Up to 1200 x 1200 dpi   Standard 512MB   Memory   Process Speed   1 2 GHz   Duty Cycle Up to 175 000 pages  Hi Speed USB 2 0 ports  Host and Device     Connectivity built in Gigabit Ethernet 10 100 1000T network port   Hardware Integration Pocket  HIP    8 Network Ready   Yes  eee Latest Microsoft Windows 32 64 bit     Latest Mac OS  equirements       Media sizes    Letter  legal  statement  executive  envelopes  No   10  Monarch   cards  3 x 5 in  4 x 6 in  5 x 8 in   photo                Supported  5 x 7 in  4 x 6 in   AC Power Cord  Accessories piecmgeble  Extra Toner Cartridge  Automatic Duplexer  Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider           79                                                                   deus TECHNICAL SPECIFICATION QTY U M  MULTI FUNCTION PRINTER 6 sets  Print   niiet  Technology     Resolution Up to 1200x600dpi for black and 4800x1200dpi for  color  Standard 64MB  Memory  Process Speed   360 MHz  Duty Cycle Up to 3 000 Pages  1 USB 2 0 device port  Connectivity Wireless 802 11b g n  Print speed     black  ISO  Up to 8 8 ppm Up to 21 ppm  draft   Print speed    color  ISO Up to 5 2 ppm Up to 17 ppm  draft   FAX
5.                  18  14  VAItermauve           nay bork ESFE RU FEX ERI                        19  15    Bid Prices re ro ERE 20  16  Bid                                    9                                                                            21  17 gt   BidValidity xe SK WM E E              22  18    Bid secure wie 5 anaana                                                       22  19  Formatand Signing of BIS    eite rettet ettet 24  20  Sealing and Marking of                                                        25  D  SUBMISSION AND OPENING OF BIDS                     eese 26  21  Deadline for Submission of     45                                    26            MC 26  23  Modification and Withdrawal of                                                           26  24  Opening and Preliminary Examination of Bids                                             26  E  EVALUATION AND COMPARISON OF BIDS          sscccccceseeseeeeeceseseeeeeeaneeeees 28  25  Process t  be Confidential       ete innt coe V eoo ine Ceo RR Dr nine On pd 28  26    Clamicalion             a e uoi opi pi p eiae             28  27  Domestic aii i  1 0    oT 28    28  Detailed Evaluation and Comparison of Bids                                               29    295  Post Qualification a4 eadein o ind og reu          31  30    Iseservaltiort                      ER ERES                                    32  F  AWARD  OF CONTRACT yg                                     33       AGODIFSO LANG       ont
6.         INSPECTION AND TEBGI Suff                                erre erre                                                                         e ur  DELAYS IN THE SUPPLIER S PERFORMANCE                                         LIQUIDATED DAMAGES                   eurer eeu e reu e neue rennen nnn nana nennen nenna  SETTLEMENT OF DISPUTES                           ecce reeeeee enne nennen                                  LIABILITY OF THE SUPPLIER                                                                   MR  TERMINATION FOR DEFAULT                      1 eene nennen nnne nn nnn nnn nnn nnn nns  TERMINATION FOR INSOLVENCY                      eee eee nennen nnn nnn nnns  TERMINATION FOR CONVENIENCE                     e eee nennen nennen nn nhan nnns  TERMINATION FOR UNLAWFUL ACTS                         eene nennen nnn nnns  PROCEDURES FOR TERMINATION OF CONTRACTS                                 ASSIGNMENT OF RIGHTS                      4  ee esses seen eene nnne nnn nn nana nnn nnns    43    29  CONTRACT AMENDMENT  30  APPLICATION                    44    1     Definitions    1 1     In this Contract  the following terms shall be interpreted as indicated      a      b      c      d      The Contract  means the agreement entered into between the  Procuring Entity and the Supplier  as recorded in the Contract  Form signed by the parties  including all attachments and  appendices thereto and all documents incorporated by reference  therein      The Contract Price  mean
7.      installer and reference manuals must be included     76                                                                                              ig TECHNICAL SPECIFICATION QTY U M  NOTEBOOK COMPUTER  Branded 6 sas   continuation    AGRBSSOHSS USB optical mouse with scroll wheel  mouse pad and  Bag included  5 Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider    ITEM   NO  TECHNICAL SPECIFICATION QTY U M  HEAVY DUTY COLORED LASER NETWORK 1 oa  PRINTER  Branded  Print 2207  Technology     Black   up to 1200 x 1200 dpi           Color  up to 1200 x 1200 dpi  Standard 1GB  Memory  Process Speed   800 MHz  Duty Cycle Up to 175 000 pages  2 Hi Speed USB Host  Connectivit 1 Hi Speed USB 2 0  y 1 Gigabit Ethernet 10 100 1000T Network  2 Internal USB Host  Duty Cycle  6   Monthly  Letter  Up to 4 000 to 25 000 pages  Eh     Compatible in Windows 7  8  Vista 64 bit  y Latest Mac OS  Requirements  Maga sizes A3  A4  Letter  legal  statement  executive  envelopes  supported  Paper Feed  Method Standard paper feeder  AC Power Cord  Accessories USR Canle  Automatic Duplexer  Extra Black and Colored Toners  Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized
8.     Herewith attached are certified true copies of the income tax return and audited  financial statement  stamped    RECEIVED    by the BIR or BIR authorized collecting    90    agent for the immediately preceding year and NFCC Computation and or certificate  of commitment from a licensed bank to extend a credit line     Submitted by   Name of Supplier   Distributor   Manufacturer    Signature of Authorized Representative  Date      NOTE     1 If Partnership or Joint Venture  each Partner or Member Firm of Joint Venture  shall submit the above requirements     91    IC Form No  3    Form of Bid Security  Bank Guarantee     WHEREAS   insert name of Bidder   hereinafter called the  Bidder   has  submitted his bid dated  insert date  for the  insert name of contract   hereinafter  called the  Bid       KNOW ALL MEN by these presents that We  insert name of Bank  of  insert  name of Country  having our registered office at  insert address   hereinafter called  the  Bank  are bound unto Insurance Commission  hereinafter called the  Entity   in  the sum of  insert amount   for which payment well and truly to be made to the said  Entity the Bank binds himself  his successors and assigns by these presents     SEALED with the Common Seal of the said Bank this day of  20      THE CONDITIONS of this obligation are   1  If the Bidder      a  withdraws his Bid during the period of bid validity specified in the  Form of Bid  or     b  does not accept the correction of arithmetical errors 
9.    5     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 specifically  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     Subcontracting    7 1     7 2     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
10.    Office   Colored Laser Printer   4 Branded  Davao District 1 set  Office   Colored Laser Printer  1 Sai  Branded  IC Main   5   Notebook Computers 6 sets Delivery  installation and  104 commissioning must be  thirty  30  days from  Heavy Duty Colored receipt of Notice to  6 Laser Network Printer  1 set Proceed  NTP   Branded  IC Main                                            Delivered                                     Description Quantity Weeks Months  Colored Laser Printer  1  T  Branded  IC Main   5   Notebook Computers 6 sets Delivery  installation and  commissioning must be  thirty  30  days from  Heavy Duty Colored receipt of Notice to  6 Laser Network Printer  1 set Proceed  NTP   Branded  IC Main   7 Mobile Printer  Branded 1 set  8 Laser Printer  Branded 12 sets  9 Multi Function Printer 6 sets  49   Multi Media and Web 2 licenses   Delivery  installation and  Development Software commissioning must be  thirty  30  days from  receipt of Notice to  11 Bar Code Reader 35 sets Proceed  NTP   12   Bar Code Printer 3 sets          105                2  Delivery of Desktop Computers and Colored Laser Printer for  Agent s Exam shall be delivered to the following        LOCATION   ADDRESS QUANTITY U M       a  Insurance Commission Main Office  74  sets  1071 United Nations Avenue  Ermita   Manila       b  Cebu District Office           ALMASE REALTY 16  sets  Hoom 21  Almase Building  80 Osmena Boulevard  Cebu City       c  Davao District Office    ATU DEVELOPMENT 16  S
11.   InspiringColorthemesforanyproject   Digitalphotoprocessingandediting  available with  WebsitedesignwithoutCoding  Package withmobileappsinthecloud  withImageeditingandcompositing             ITEM  NO        TECHNICAL SPECIFICATION QTY U M             Statement of  Compliance   See Note Below        121          MULTI MEDIA AND WEB DEVELOPMENT    SOFTWARE  continuation     2 licenses             e with  Metadataingest logging androughcut  S   e with  VideoProductionandeditingmustBuild  andmanagepersonalportfoliosite   e with  ProfileFlashGamesonwebanddevice  S   e with  Filmfinishingandcolorgradingwith  Collaborativescreenwriting reporting  andschedulingtools                      Operating Multiple Platforms   System  Windows and MAC OS    License   Subscription Three  3  Years License Subscription   Bidder Supplier Bidder Supplier should be an authorized   R s business partner or authorized service  equirements    provider        122                   NO  TECHNICAL SPECIFICATION QTY   U M Statement of    Compliance  BAR CODE READER 35 sets  See Note Below   Scan Rate  100 Scans per second  Scanner Type  Bi Directional  Scan Element 50Hz  Frequency   Interface   USB  nan ay Scans 1 D  2 D and PDF417           barcodes printed on paper labels         displayed on mobile devices or  any medium  computer screens   UPC EAN  UPC EAN with  Supplementals  UPC  EAN 128  Code  39  Code 39 Full ASCII  Code 39  11 Decode TriOptic  Code 128  Code 128 Full  Capability  ASCII  Codabar  In
12.   Name of Bidder  is related to the Head of the Procuring  Entity  members of the Bids and Awards Committee  BAC   the Technical  Working Group  and the BAC Secretariat  the head of the Project  Management Office or the end user unit  and the project consultants by  consanguinity or affinity up to the third civil degree        Name of Bidder  complies with existing labor laws and standards  and       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      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     o3         Inquire or secure Supplemental Bid Bulletin s  issued for the  Name of the  Project         Name of Bidder  did not give or pay directly or indirectly  any commission     amount  fee  or any form of consideration  pecuniary or otherwise  to any  person or official  personnel or representative of the government in relation to  any procurement project or activity     IN WITNESS WHEREOF    have hereunto set my hand this        of  20 __      Philippines   Bidder s Representative Authorized Signatory    131    IC Form No  12    REPUBLIC OF THE PHILIPPINES     CITY OF    To      SS     Bid Securing Declaration    Invitation to Bid Request for Expression of Interest No   Insert reference number     EMMANU
13.   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     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     Procuring Entity s Responsibilities    8 1     8 2     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 timely and expeditious manner     The Procuring Entity shall pay all costs involved in the performance of  its responsibilities in accordance with GCC Clause 6     48    10     11     Prices    9 1     9 2     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     Prices charged by the Supplier for Goods delivered and orservices  performed under this Contract shall not vary from the prices quoted by  the Supplier in 
14.   the first envelope shall contain  the following eligibility and technical documents      a  Eligibility Documents      Class  A  Documents      i  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      ii  Mayor s permit issued by the city or municipality where  the principal place of business of the prospective bidder  is located      iii    Statement of all its ongoing and completed government  and private contracts within the period stated in the BDS   including contracts awarded but not yet started  if any   The statement shall include  for each contract  the  following      11 1  name of the contract    11 2  dateof the contract    iii 3  kinds of Goods      11 4  amount of contract and value of outstanding  contracts      iii 5  date of delivery  and     11 6  end user s acceptance or official receipt s  issued  for the contract  if completed      iv  Audited financial statements  stamped  received  by the    Bureau of Internal Revenue  BIR  or its duly accredited  and authorized institutions  for the preceding calendar    18     b      v      vi     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    Tax Clearance per Executive Order 398  series of 2005   as finally rev
15.  AP  device  Displa At least 21 5  LED backlit Widescreen anti   p ay glare  Same chassis color and Brand   Video m                 Minimum dedicated 1GB  Keyboard Keyboard  USB   Molise Mouse USB optical mouse with scroll wheel   mouse pad included  Latest available MS Windows 64 bit O S    Operating Professional Edition License  System  OS pre installed  burned copy of recovery          disk drive installer and reference manuals  must be included           112                                                       TECHNICAL SPECIFICATION QTY   UM   statement of  Compliance  COMPUTER AND APPURTENANCES   103 sets    See Note Below   Output Power 500 VA  Capacity  Nominal Input Voltage   230V  Input Frequency 60Hz  Typical Backup Time   12 4 minutes  150  at Half Load watts   Typical Backup Time   4 4 minutes  300  at Full Load watts   ae  UPS  Branded Surge Energy Rating   300joules  Maintenance free  3 Battery Type sealed Lead Acid  Battery  Two  2  years on           parts and labor  With built in  Automatic Voltage  Others Regulator  AVR   and Surge       Protector  cable   user   s manual       Three  3  years on parts and services on           Warranty site and with immediate parts replacement  with next business day response    Bidder Suppli   Bidder Supplier should be an authorized   er business partner or authorized service    Requirements       provider           113                                              NO  TECHNICAL SPECIFICATION QTY   U M                Comp
16.  Branded 12 sets  9 Multi Function Printer 6 sets  10 Multi Media        Web 2 licens  Development Software es  11 Bar Code Reader 35 sets  12 Bar Code Printer 3 sets  TOTAL BID PRICE  Pesos    Plus 12  RVAT    TOTAL BID PRICE PHP    Total Amount in Words     Php  Signature Date    89    Authorized Official Position          IC Form No  2    Financial Documents For Eligibility Check    A  Summary of the Applicant Supplier s Distributor s Manufacturers assets and  liabilities on the basis of the attached income tax return and audited financial  statement  stamped  RECEIVED  by the Bureau of Internal Revenue  BIR  or BIR  authorized collecting agent  for the immediately preceding year and a certified  copy of Schedule of Fixed Assets particularly the list of construction equipment        Year20         Total Assets   Current Assets   Total Liabilities   Current Liabilities   Net Worth  1 3    Net Working Capital  2 4                    EX eso acm                   B  The Net Financial Contracting Capacity  NFCC  based on the above data is  computed as follows     NFCC   K  current asset     current liabilities  minus value of all outstanding works  under ongoing contracts including awarded contracts yet to be started   NFCC   PhP   K   10 for a contract duration of one year or less  15 for more than one year up to    two  years and 20 for more than two years    or   Commitment from a licensed bank to extend to it a credit line if awarded the  contract    Name of Bank    Amount 
17.  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 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    16    10     11     9 2     9 3     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 
18.  EditionLicense  System  OS pre installed  burned copy of recovery disk drive    installer and reference manuals must be included           UPS  Branded    Output Power          Capacity SOLYA  Nominal Input   Voltage dd  Input Frequency 60Hz          Typical Backup  Time at Half Load       12 4 minutes  150 watts        74                                           TECHNICAL SPECIFICATION QTY U M  COMPUTER AND APPURTENANCES 103 s  is   continuation                           4 4 minutes  300 watts   Surge Energy 300joules  Rating  Battery Type Maintenance free sealed Lead   Acid Battery  Warranty Two  2  years on parts and  labor  With built in Automatic Voltage  Others Regulator  AVR  and Surge  Protector  cable  user s manual  Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider                                               NOE TECHNICAL SPECIFICATION QTY U M   COLORED LASER PRINTER  Branded 3 sets   Print  a 4   Technology   Resolution Up to 1200 x 1200 dpi   Standard 1GB   Memory   Process Speed   1 2 GHz   4 Duty Cycle Up to 80 000 pages   Hi Speed USB 2 0 port    Connectivity built in Fast Ethernet 10 100 1000Base TX network  port   Network Ready   Yes   HUE Latest Microsoft Windows 32 64 bit             Latest Mac OS  Requirements          Media sizes  supported       Letter  leg
19.  Effective Date of the Contract     45            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     2  Corrupt  Fraudulent  Collusive  and Coercive Practices    2 1     Unless otherwise provided      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      i      ii      iii      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 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 Republic Act 3019      fraudulent practice  means a misrep
20.  Entity      b _ TheSupplier 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  1096  and  that the aggregate of such reductions is not more than fifty percent   5096  of the original performance security     Use of Contract Documents and Information    14 1     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  Suppliers performance under this Contract if so required by the  Procuring Entity     Standards    The Goodsprovided under this Contract shall conform to the standards  mentioned in the    51    16     Section VII  Technical Specifications  and  when no applicable standard is  mentioned  to the authorit
21.  Yes  color  9  FAX MEMORY Up to 99 pages  Fax resolution Up to 300 x 300 dpi  Copies                  Up to 50 Copies  Copy resolution   black text  300 x 300 dpi  Copy resolution   color text and 600 x 600 dpi  graphics   Scanner type Flatbed  ADF       Scan file format    PDF  BMP  JPG  GIF  TIF  PNG       Scan resolution   optical    Up to 1200 dpi       Duplex printing    Automatic  standard           Paper handling  input  standard       100 sheet input tray  35 sheet Automatic Document  Feeder  ADF   Paper handling output  standard  30   sheet output tray       80             Network Ready    No       Media sizes    A4  210 x 297 mm  A5  148 x 210 mm  A6  105 x 148                         supported mm  B5  176 x 250 mm   C6  114 x 162 mm   AC Power Cord  Accessories USB Cable  Extra Toner Cartridge  1 USB 2 0 device port  Connectivity Wireless 802 11b g n  Minimum Windows 8  Windows 7  Windows Vista  Windows XP  System SP3 or higher  32 bit only   Requirements Mac OS  Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response   Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider           ITEM  NO     TECHNICAL SPECIFICATION    QTY U M          10    MULTI MEDIA AND WEB DEVELOPMENT    SOFTWARE    2 licenses                Application and  Features       PDF Reader Writer Viewer w  eSign   with CinematicvisualeffectsandmotionGraphics   w
22.  and description of  items received signed by the authorized receiving  personnel      vii  Certificate of Acceptance Inspection Report signed by  the Procuring Entity   s representative at the Project Site   and     viii  Four copies of the Invoice Receipt for Property signed by  the Procuring Entity s representative at the Project Site     For Goods supplied from abroad     Upon shipment  the Supplier shall notify the Procuring Entity  and the insurance company by cable the full details of the  shipment  including Contract Number  description of the Goods   quantity  vessel  bill of lading number and date  port of loading   date of shipment  port of discharge etc  Upon delivery to the  Project Site  the Supplier shall notify the Procuring Entity and  present the following documents as applicable with the  documentary requirements of any letter of credit issued taking       62                precedence      i  Original and four copies of the Suppliers invoice  showing Goods  description  quantity  unit price  and  total amount      ii  Original and four copies of the negotiable  clean shipped  on board bill of lading marked  freight pre paid  and five  copies of the non negotiable bill of lading       iii    Original Supplier s factory inspection report      iv    Original and four copies of the Manufacturers and or  Supplier s warranty certificate      v  Original and four copies of the certificate of origin  for  imported Goods       vi  Delivery receipt detailing number a
23.  built in  Automatic Voltage   Others Regulator  AVR   and Surge    Protector  cable   user s manual          Three  3  years on parts and services on site and with             Warranty immediate parts replacement with next business day  response   Bidder Supplier   Bidder Supplier should be an authorized business   Requirements partner or authorized service provider     73                                                          ig TECHNICAL SPECIFICATION QTY U M  COMPUTER AND APPURTENANCES 103 sets  Desktop Computer   For Agent s Examination  Branded  Casing Small Form Factor  P 4th Generation Intel Core i3 Processor with Intel Q75   rocessor  Chipset  Front Side Bus 2 90   3 60 GHz  Cache 4 MB cache  2 cores  Memory At least 4GB DDR3  Hard Disk Drive   Minimum of 500GB Serial ATA  7200 rpm  Optical Drive none  Front   4 USB ports 2 0 and 1 microphone in  1  Interfaces EAAPNONE     Back   6 USB port  with at least 4 USB 3 0   1 Display  port  1 audio out  1 power connector  1 RJ 45  3   Audio Integrated Audio  Network Integrated Gigabit EthernetNetwork Controller   Interface Wireless LAN card  802 11 b g n compatible with any  Controller access point  AP  device    At least 21 5    LED backlit Widescreen anti glare  Display     Same chassis color and Brand        Video Memory    Minimum dedicated 1GB             Keyboard Keyboard  USB   M  Mouse USB optical mouse with scroll wheel  mouse  ouse    pad included  Latest available MS Windows 64 bit O S    Operating Professional
24.  business  Requirements partner or authorized service provider           77                                                    ig TECHNICAL SPECIFICATION QTY U M  MOBILE PRINTER  Branded 1 set  Print     Technology Inkjet      4 Black   up to 600    600 dpi  Print Resolution   Solor   up to 4800 x 1200 dpi             32MB 64MB  Max                  Processor  Speed 220 MHz   Up to 22 ppm   black draft     Up to 18 ppm   color draft   Print Speed Up to 5ppm black  Up to 3 5ppm color  Number of Print   2  1 Black cartridge  1 Color cartridge  cyan   Cartridges magenta  yellow    Connectivity 1 USB 2 0  1 Bluetooth 2 0   EDR  Wireless  Capability Yes  Bluetooth 2 0  EDR  Duty Cycle  7  Monthly  Letter  Up to 50g       Compatible with the latest MS Windows 32 64 bit OS         Compatible with the latest Mac OS   Requirements       Media sizes    A4  Letter  legal  statement  executive  envelopes   No  10  Monarch   cards     x 5 in  4 x 6 in  5 x 8 in                           s  pported photo  5 x 7 in  4 x 6 in   Weight Up to 2 3 Kg with battery  Dimensions   W X D X H  34 8 x 17 5 x 8 4 cm  Battery  AC Adapter  Accessories POCO SON  USB Cable  Mobile printer bag  Extra ink cartridges  Black and Color   Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider        78                      
25.  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                       10 4 No further instructions   11 2 b  No further instructions   11 2 c  No further instructions   13 4 c  No further instructions   16 1 No further instructions   17 3 Warranty period is three  3  years upon acceptance by the    Procuring Entity of the delivered Goods  No further instruction  as to obligation covered by the warranty        17 4 Repair or replacement of defective parts shall be completed  within 24 hours and another 24 hours for the replacement of  defective units from the time of call       17 5 A penalty of Php1 000 00 for every unit for every day of delay in  the repair or replacement of the defective unit s shall be  deducted from the 10  retention        19 The applic
26.  immediately prior to the submission of the Bid  proposal        29 2 c     No further instructions           32 4 g        No further instructions        41       Section IV  General Conditions of  Contract    N      o N Ae CUL uen       11   12   13   14   15   16   17   18   19   20   21   22   23   24   25   26   27   28     TABLE OF CONTENTS    DEFINITIONS iso dna cura                                 Qux Ven E EE    CORRUPT  FRAUDULENT  COLLUSIVE  AND COERCIVE  PHACTIGES      nies Reka E LO dc Een este MISI I EE    INSPECTION AND AUDIT BY THE FUNDING SOURCE                                GOVERNING LAW AND LANGUAGE                    ee eene enne nennen nnne nn nanus  D  syp e t e T                                n a   SCOPE OF CONTRACT uiris ii dece ins Corona                          SUBCONTRACTING cascienciess cavities pu peacus cue basa anos se acu snsssai             PROCURING ENTITY   S RESPONSIBILITIES                                 eee esee  PRICES        1 22  cesa pa ens acis esee asco ecd vo sal       ea io race ois ca uen                 eiae serene oen aoa ecco eoe a NND  eee irons  ADVANCE PAYMENT AND TERMS OF                                                    TAXES AND DUTIES                      V    D                                             PERFORMANCE SECURITY            11        ccce            rene enne namen aa nnne  USE OF CONTRACT DOCUMENTS AND                                                    STANDARDS fA T                                   
27.  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       65          Philippine registry is available  Goods may be shipped by a  carrier which is not of Philippine registry provided that the  Supplier obtains and presents to the Procuring Entity  certification to this effect from the nearest Philippine consulate  to the port of dispatch  In the event that carriers of Philippine  registry are available but their schedule delays the Supplier in  its performance of this Contract the period
28.  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 bidding  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    20    15 3     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     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  O   zero  for the said item would  mean that it is being offered for free to the Government     The terms Ex Works  EXW   Cos
29.  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     127    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  and delivered by EMMANUEL F  DOOC the Commissioner of  Insurance Commission  for the Entity      EMMANUEL F  DOOC    Signed  sealed  and delivered by  the of   for the Supplier       Supplier     Witnessed by     Certification of funds availability     128    Republic of the Philippines          8 5   ACKNOWLEDGMENT  BEFORE ME  a Notary Public for and in   Philippines  this     day  of     2015  personally appeared   N Government   d   dat  ame issued ID  amp  No  ssued on ssued a       EMMANUEL F  DOOC                         known to me and to me known to be the same person who executed the foregoing  instrument consisting of three  3  pages  including the page whereon this  Acknowledgment is written  all pages signed by both parties and their instrumental  witnesses  and they acknowledged before me that the same is their free and  voluntary act and deed and that of the Corporation they represents     WITNESS MY HAND AND NOTARIAL SEAL  on the date and place first  above written     Notary Public  Until 31 December 20    PTR No   Issued at   Issued on   TIN No                  X                    X     Book N
30.  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  7596  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 merchandise  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     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 Lowe
31.  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 Suppliers 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 Entity  and    58    28     29     30      h         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 ap
32.  the prices  charged by the Supplier for incidental services and shall not  exceed the prevailing rates charged to other parties by the  Supplier for similar services     Spare Parts        The Supplier is required to provide all of the following materials   notifications  and information pertaining to spare parts  manufactured or distributed by the Supplier         such spare parts as the Procuring Entity may elect to  purchase from the Supplier  provided that this election  shall not relieve the Supplier of any warranty obligations  under this Contract  and    b  in the event of termination of production of the spare  parts     i     advance notification to the Procuring Entity of the  pending termination  with sufficient time to permit  the Procuring Entity to procure needed  requirements     The spare parts required are listed in Section VI  Schedule of  Requirement and the cost thereof are included in the Contract  Price    The Supplier shall carry sufficient inventories to assure ex   stock supply of consumable spares for the Goods for a period  of at least three  3  years     Other spare parts and components shall be supplied as  promptly as possible  but in any case within seven  7  days of  placing the order     Packaging        The Supplier shall provide such packaging of the Goods as is  required to prevent their damage or deterioration during transit  to their final destination  as indicated in this Contract  The  packaging shall be sufficient to withstand  withou
33.  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  corrected 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    31    30     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 shal
34.  x 8 4 cm  Battery  AC Adapter  A                              ccessories USB Cable  Mobile printer bag  Extra ink cartridges  Three  3  years on parts and services on   Warranty site and with immediate parts replacement  with next business day response       Bidder Supplier should be an authorized  Biddep Sp prer business partner or authorized service  Requirements       provider        117                                                 NO  TECHNICAL SPECIFICATION QTY   UM Siniemelitot    Compliance  LASER PRINTER  Branded 12 sets  See Note Below   Print Laser  Technology  Resolution Up to 1200 x 1200 dpi  Standard 512MB  Memory  Process Speed   1 2 GHz  Duty Cycle Up to 175 000 pages  Hi Speed USB 2 0 ports  Host and  Device    Connectivity built in Gigabit Ethernet 10 100 1000T  network port   Hardware Integration Pocket  HIP   8 Network Ready   Yes  e Latest Microsoft Windows 32 64 bit     Latest Mac OS  Requirements       Media sizes    Letter  legal  statement  executive   envelopes  No  10  Monarch   cards  3 x                supported 5 in  4 x 6 in  5x8 in   photo  5 x 7 in  4 x  6 in   AC Power Cord  Accessories po cae  Extra Toner Cartridge  Automatic Duplexer  Three  3  years on parts and services on   Warranty site and with immediate parts  replacement with next business day  response   f    Bidder Supplier should be an authorized  Bidder Sup plier business partner or authorized service  Requirements       provider           118                                  
35. 1     32      c  All bids fail to comply with all the bid requirements or fail post   qualification  or     d         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    ContractAward    31 1     31 2     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  if required   At the time of contract award  the Procuring Entity shall not increase or    decrease the quantity of goods originally 
36. 13 1 b  No further instructions    13 2 The ABC is Ten Million SixHundred Thousand Pesos   Php10 600 000 00  inclusiveof 12  VAT   Any bid with a financial component exceeding this amount shall not  be accepted    15 4 a  iii    No incidental services are required    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 Peso    16 3 No further instructions    17 1 Bids shall be valid for 120 days from the bid opening or up to  31December 2015   18 1 The bid security shall be in the form of a Bid Securing       Declarationand any of the following amount     1  The amount of Two Hundred Twelve Thousand Pesos   Php212 000 00   nsert 2  of ABC f bid security is in cash   cashier s manager s check  bank draft guarantee or irrevocable  letter of credit     If bid security is in the form of cashier s manager s check  the  payee shall be  Insurance Commission      2  The amount of Five Hundred Thirty Thousand Pesos   Php530 000 00   nsert 5  of ABC  if bid security is in Surety  Bond  or    3  Any combination of the foregoing proportionate to the share of       39          form with respect to total amount of security                                      18 2 The bid security shall be valid until 31December 2015    20 3 Each Bidder shall submit One  1  original and Three  3  copies of  the TECHNICAL COMPONENT  Eligibility Documents Technical  Proposal  and of the FINANCIAL COMPONENT  Eac
37. 2     23     20 4     20 5     In the case of a dispute between the Procuring Entity and the Supplier   the dispute shall be resolved in accordance with Republic Act 9285             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     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 Entityshall not exceed the total  Contract Price  provided that this limitation shall not apply to the cost of  repairing or replacing defective equipment     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 Suppliers delay in performance or other failure to  perform its obligations under the Contract is the result of a force  majeure     For purposes of this Contract the terms  force majeure  and  fortuitous  ev
38. 5   BEFORE ME  a Notary Public for and in   Philippines  this  day of   20   personally appeared   NAME CTC NO  ISSUED AT ON    known to me and known to be the same person who executed the foregoing  instrument consisting of     pages  including the page whereon the  acknowledgment is written and acknowledged before me that the same is his free  and voluntary act and deed and that of the Corporation he represents     WITNESS MY HAND AND NOTARIAL SEAL  at the place and on the date  first above written     Notary Public  Until 31 December20    PTR No   Issued at   Issued on   TIN No   Doc  No   Page No   Book No   Series of    102    IC Form No  9    Conformity with Section VI  Schedule of Requirements  and Section    Section VI  Schedule of Requirements    VII  Technical Specifications        Location   Project  Site    Number of Units    Statement of  Compliance   See Note  Below        1071  United  Nations  Avenue   Ermita   Manila    Description    Desktop Computers   For Office Productivity     Quantity    36       sets       High End Desktop  Computers   For Office Productivity     sets       Desktop Computers   For Agent   s Exam   Main  Office     73    sets       Desktop Computers   For Agent s Exam   Cebu  District Office     15    sets       Desktop Computers   For Agent s Exam   Davao  District Office     15    sets       Colored Laser Printer   Branded For Agent   s Exam    Cebu District Office     set       Colored Laser Printer   Branded For Agent s Exam    Dava
39. A complete set of Bidding Documents may be acquired by interested Bidders  starting 14 August 2015from the address below and upon payment of a  nonrefundable fee for the Bidding Documents  pursuant to the latest Guidelines  issued by the GPPB  It may also be downloaded free of charge from the  website of the Philippine Government Electronic Procurement 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     ICwill hold a Pre Bid Conference on 21 August 2015  2 30 P M  at the  ICExecutive Lounge Insurance Commission  1071 United Nations Avenue   Ermita  Manila which shall beopen only to all interested parties who have  purchased the Bidding Documents     Bids must be delivered to the address below on or before 2September 2015   12 00 NoonAll Bids must be accompanied by a bid security in any of the  acceptable formsand in the amount stated in ITB Clause 18 Late bids shall not  be accepted     Bid opening shall be on 2 September 2015  2 30 P M  at the IC Executive  Lounge  Insurance Commission  1071 United Nations Avenue  Ermita   Manila Bids will be opened in the presence of the Bidders  representatives who  choose to attend at the address below     ICreserves 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 bid
40. ANUEL F  DOOC  Commissioner   Insurance Commission   2nd Floor  IC Building    1071 United Nations Avenue   Ermita  Manila    Irrevocable Letter of Credit No   For Contract No     WHEREAS    hereinafter called    Supplier    has  undertaken in pursuance to  name of Project and contract number    and  whereas it has been stipulated by you in the said Contract that the Supplier shall  furnish an irrevocable standby Letter of Credit for a sum specified therein as security  for the faithful compliance of Supplier s obligations in accordance with the Contract     WHEREAS  we have agreed to guarantee this obligation by Supplier     THEREFORE  we hereby affirm that we are guarantors and responsible to  you  on behalf   of Supplier  up to the      amount of  and we undertake to pay you  upon first  written demand declaring the Supplier to be in default under the Contract and without  cavil  or argument  any sum or sums within the limits of 1     amount of guarantee   as aforesaid  without you needing to prove or to show grounds or reasons for your  demand for the sum specified therein     This irrevocable guarantee is valid until the issuance by you of Notice of Final  Acceptance     This certification is being issued in favor of the said Supplier in connection    with the requirements of bidding of __  name of the procuring entity  for the above   mentioned contract  We are aware that any false statements issued by us makes us    liable for perjury     94    Name and Signature of Au
41. EL F  DOOC   Insurance Commissioner   Insurance Commission   2  Floor Insurance Commission Bldg     1071 United Nations Avenue  Ermita  Manila 1000    I We   the undersigned  declared that     1     I We understand that  according to your conditions  bids must be  supported by a Bid Security  which may be in the form of a Bid   Securing Declaration     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          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     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        1 Select one and delete the other     2 Select one and delete the other  Adopt same instruction for similar terms throughout the documents     1 Issued by the GPPB throu
42. PHILIPPINE BIDDING DOCUMENTS    Procurement of Various  Information Technology  IT   Resources for the Insurance   Commission    Government of the Republic of the  Philippines  Insurance Commission    Project Reference Number  15 07 030    _ August 2015       TABLE OF CONTENTS    SECTION l  INVITATION TO BID                               3  SECTION II  INSTRUCTIONS TO BIDDERS                             eene eee ee nennen nnns 6  SECTION     BID DATA SHEET iiss uec ecco reru napa ee Eo                     rr nasa eed aa 2eeus 36  SECTION IV  GENERAL CONDITIONS OF CONTRACT                                     41  SECTION V  SPECIAL CONDITIONS OF                                                          58  SECTION VI  SCHEDULE OF REQUIREMENTS                        eere nennen nnn nnn 66  SECTION VII  TECHNICAL SPECIFICATIONS                          eese rennen nnne 69    SECTION VIII  BIDDING FORMS                                                                     83    Section     Invitation to Bid    Republic of the Philippines  Department of Finance  INSURANCE COMMISSION       INVITATION TO BID    PROCUREMENT OF VARIOUS INFORMATION TECHNOLOGY   IT  RESOURCES FOR THE INSURANCE COMMISSION    The Insurance Commission through its Bids and Awards Committee   BAC intends to apply the sum of Ten Million Six Hundred Thousand Pesos   Php10 600 000 00   inclusive of 12  VAT  being the Approved Budget for  the Contract  ABC  to payments under the contract for the Procurement of  Vari
43. R AND APPURTENANCES 2 sets Below   High End Desktop Computer     for Office Productivity   Branded  Casing Small Factor  Processor 4th Generation Intel Core i7 Processor with Intel  Q75 Chipset  Frontside   290  lt 8 g0 Gz  Bus  Cache 8 MB cache  2 cores  Memory At least 16GB DDR3  Hard Disk   Minimum of 1TB Serial ATA  7200 rpm  Drive  Optical Drive   at least DVD   RW Super Multi DL  Front   4 USB ports 2 0 and 1 microphone in  1  Headphone  2 Interfaces Back   6 USB port  with at least 4 USB 3 0   1  Display port  1 audio out  1 power connector  1  RJ 45  Audio Integrated Audio  Network Integrated Gigabit Ethernet Network Controller   Interface Wireless LAN card  802 11 b g n compatible  Controller with any access point  AP  device  Displa At least two  2    21 5  LED backlit Widescreen  play anti glare  Same chassis color and Brand   Vidgp Minimum dedicated 1GB  Memory  Keyboard Keyboard  USB   Mouse Mouse USB optical mouse with scroll wheel   mouse pad included  Latest available MS Windows 64 bit O S                   Professional Edition License  xd 9  OS pre installed  burned copy of recovery disk  ystem          drive installer and reference manuals must be  included           110                                   TECHNICAL SPECIFICATION QTY D    Statement of  NO  Compliance  COMPUTER AND APPURTENANCES 2 bau  See Note   continuation  Below   Output Power 500 VA  Capacity  Nominal Input 230V  Voltage  Input Frequency 60Hz    UPS  Branded       Typical Backup  Time at H
44. Supplier  a warranty shall be required from the Supplierfor a minimum  period specified in the SCC  The obligation for the warranty shall be  covered by  at the Suppliers option  either retention money in an  amount equivalent to at least ten percent  1096  of the final payment  or  a special bank guarantee equivalent to at least ten percent  1096  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  periodspecified 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     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     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 o
45. Unit shall  within a period of  seven  7  calendar days  verify the existence of such ground s     57     b      d      e      f     and cause the execution of a Verified Report  with all relevant  evidence attached     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       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     The Notice to Terminate shall be accompanied by a copy of the  Verified Report     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 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  Suppliers verified position paper described in item  d  above  withdraw
46. a certification from the Procuring  Entity to the effect that it has previously submitted the above   enumerated Class          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 aneligible foreign Bidderas described in ITB Clause 5   the Class  A  Documents described in ITB Clause12 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 Clauses12 1 a  i         12 1 a  ii   Submission of  documents required under ITB Clauses12 1 a  ii  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    written notice or  if present at the time of bid opening  upon verbal  notification  within which to file a request or motion for reconsideration    28    25     26     27     with the         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 uno
47. able rate is one tenth  1 10  of one  1  percent of the  cost of the unperformed portion for every day of delay     The maximum deduction shall be ten percent  1096  of the  amount of contract  Once the cumulative amount of liquidated  damages reaches ten percent  1096  of the amount of the    contract  the procuring entity shall rescind the contract  without             66       prejudice to other courses of action and remedies open to it           21 1       No additional provision        67       Section VI  Schedule of Requirements    The delivery schedule expressed as weeks months stipulates hereafter as  delivery date  which is the date of delivery to the project site     1  The delivery schedule shall be as indicated below     Delivered  Weeks Months    Description Quantity U M       Desktop Computers             1  For Office Productivity  v9 598   Delivery   installation and   High End Desktop commissioning   2 Computers 2 sets must be thirty  30    For Office Productivity  days from receipt  Desktop Computers of Notice to   For Agent s Exam   IC 73 sets Proceed  NTP   main office   Desktop Computers   3  For Agent s Exam   15 sets    Cebu District Office                       Desktop Computers   leet d   For Agent s Exam   15 sets HUI         an  Davao District Office                must be thirty five  Colored Laser Printer   35  days from      Cebu District 1 set receipt of Notice to  ice  Proceed  NTP   Colored Laser Printer   4 Branded  Davao District 1 set  Off
48. al  statement  executive  envelopes  No   10  Monarch   cards     x 5 in  4 x 6 in  5 x 8 in   photo   5 x 7 in  4x6 in        75                                                                            ig TECHNICAL SPECIFICATION QTY   um  COLORED LASER PRINTER  Branded  NOR 3 sets   continuation   AC Power Cord  Accessories USE Cable  j Extra Toner Cartridge  Automatic Duplexer  Three  3  years on parts and services on site and  Warranty with immediate parts replacement with next business  day response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider   ITEM  NO  TECHNICAL SPECIFICATION QTY U M  NOTEBOOK COMPUTER  Branded 6 sets  4th Generation Intel Core i5 Processor with Intel Q75  Processor    Chipset  Display 14  LED backlit  System Memory   8GB DDR3 SDRAM  Hard Disk Drive   Minimum of 500GB Serial ATA  7200 rpm  Optical Media DVD RW  Pointing Device   TouchPad  5 3 USB 3 0  1 USB 3 0 charging  1 DisplayPort  1                      Interfaces VGA  1 combo stereo headphone mic jack  1 AC  power  1 RJ 45  1 docking connector  Network  Interface Gigabit Network Connection  10 100 1000 NIC   Controller  Wireless 802 11 b g n compatible with any access point  AP   Support device  Bluetooth  Power Supply At least 12 1 to 13 3  LED  Battery Lithium lon 6 cell pack  Latest available MS Windows 64 bit O S    Operating Professional EditionLicense  System  OS pre installed  burned copy of recovery disk drive  
49. alf Load    12 4 minutes  150  watts        Typical Backup    4 4 minutes  300                Time at Full Load watts   ae Energy 300joules  ating  Maintenance free  Battery Type sealed Lead Acid  Battery  Two  2  years on parts  Warranty and labor  With built in Automatic  Voltage Regulator  Others  AVR  and Surge    Protector  cable  user s  manual          Three  3  years on parts and services on site          Warranty and with immediate parts replacement with  next business day response   Bidder Supplier Bidder Supplier should be an authorized  f business partner or authorized service  Requirements       provider           111                                                                           TECHNICAL SPECIFICATION QTY   um   Statement of    Compliance  COMPUTER AND APPURTENANCES toa             5999  Note Below   Desktop Computer   For Agent s Examination  Branded  Casing Small Factor  Brocessor 4th Generation Intel Core i3 Processor with  Intel Q75 Chipset  Front 9109                           Cache 4 MB cache  2 cores  Memory At least 4GB DDR3  Hard Disk   Minimum of 500GB Serial ATA  7200 rpm  Drive  Optical Drive   none  Front   4 USB ports 2 0 and 1 microphone in   1 Headphone  3 Interfaces Back   6 USB port  with at least 4 USB 3 0    1 Display port  1 audio out  1 power  connector  1 RJ 45  Audio Integrated Audio  Network Integrated Gigabit Ethernet Network  Interface Controller  Wireless LAN card  802 11 b g n  Controller compatible with any access point 
50. and board and lodging expenses     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 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     52    17     18     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     17 5     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     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     In order to assure that manufacturing defects shall be corrected by the  
51. atement  executive   supported envelopes  Paper reed Standard paper feeder  Method  AC Power Cord  Accessories         Automatic Duplexer  Extra Black and Colored Toners  Three  3  years on parts and services on   Warranty site and with immediate parts replacement  with next business day response   Bidder Supplier Bidder Supplier should be an authorized  R    business partner      authorized service  equirements d  provider   ITEM  NO TECHNICAL SPECIFICATION QTY U M Statement of    Compliance  MOBILE PRINTER  Branded 1 set  See Note Below   Print          7 Technology J      Black   up to 600 x 600 dpi  Print Resolution   Solor  up to 4800 x 1200 dpi  Standard       Memory       32MB 64MB  Max            116          Processor                      Speed 220 MHz  Up to 22 ppm   black draft    Up to 18 ppm   color draft  Frnt Spoed Up to 5ppm black  Up to 3 5ppm color  Number of Print   2  1 Black cartridge  1 Color cartridge  Cartridges  cyan  magenta  yellow    Connectivity 1 USB 2 0  1 Bluetooth 2 0   EDR  Wireless  Capability Yes  Bluetooth 2 0  EDR  Duty Cycle   Monthly  Letter        0800 pages                 Compatible with the latest MS Windows  System 32 64 bit OS  Requirements Compatible with the latest Mac OS       Media sizes    A4  Letter  legal  statement  executive   envelopes  No  10  Monarch   cards  3 x 5                         Supported in  4 x 6 in  5 x 8 in   photo  5 x 7 in  4 x 6 in   Weight Up to 2 3 Kg with battery  Dimensions   W X D X H  34 8 x 17 5
52. ative standards appropriate to the Goods  country of  origin  Such standards shall be the latest issued by the institution concerned     Inspection and Tests    16 1     16 2     16 3     16 4     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  TheSCCand shall  specify what inspections and or tests the Procuring Entity requires and  where they are to be conducted  The Procuring Entity shall notify the  Supplier in writing  in a timely manner  of the identity of any  representatives retained for these purposes     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     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 
53. ce as a Domestic Bidder or  Domestic Entity  a certification from the DTI  SEC  or CDA    19    14     15     issued in accordance with ITB Clause 27  unless otherwise  provided in the BDS  and     c         other document related to the financial component of the  bid as stated in the BDS     13 2   a  Unless otherwise stated in the BDS  all bids that exceed the  ABC shall not be accepted      b  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 website  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      v  The procuring entity has established a system to monitor  and report bid prices relative to ABC and procuring entity
54. cted 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 declared 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  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  ifa Bidder      i  withdraws its bid during the period of bid validity specified  in ITB Clause 17      ii  does not accept the correction of errors pursuant to ITB  Clause 28 3 b       iii    fails to submit the requirements within the prescribed  periodor a finding against their veracityas stated in ITB  Clause29 2      iv    submission of eligibility requirements containing false  information or falsified documents      v  submission of bids that contain false information or  falsified documents  or the concealm
55. 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  Form of Performance Security    Equal to Percentage of the Total  Contract Price         a  Cash or cashier s manager s  check issued by a Universal  or Commercial Bank         b  Bank  draft guarantee       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  596                  c  Surety bond callable upon Thirty percent  3096        35    34     35        demand issued by a surety   or insurance company duly   certified by the Insurance   Commission as authorized to   issue such security  and or   d  Any combination of the   Proportionate to share of form   foregoing  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 Calculat
56. 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     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 Clause18 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 Biddersin public as  specified in the BDSto determine each Bidders compliance with the  documents prescribed in ITB Clause 12  For this purpose  the BAC  shall check the submitted documents of each bidder against a checklist    27    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 determi
57. der or bidders     For further information  please refer to     MR  ANTONIO A  SISON   BAC Chairperson   Insurance Commission   1071 United Nations Avenue  Ermita  Manila  523 8461 local 115   Email address  bacsec insurance gov ph  Website  WWW insurance gov ph    ANTONIO S  SISON  BAC Chairperson    Section       Instructions to Bidders    TABLE OF CONTENTS    Po  GENERAL         nance ats                     un Ke dea Meu     9  T    x560De OL BIO sc ce ore re ene or he oet ehe ER PASE He E EE Be Cer Fab XD ERE REPE 9  PME OUNCE OR gulis ec 9  3  Corrupt  Fraudulent  Collusive  and Coercive Practices                                 9  4   Conflict of Interest  cic ce rea eb ete RES CHER EC eL RA             11  5   Elgible Bidderszus  xdsoses pue oso pee Pn A 12  6  Bidders Responsibilities                                                 13  7  Origin of Goods e 6neesncesceesccesccescoeoco c RO es 15  8   Subcontracts uomen                          15  B  CONTENTS OF BIDDING DOCUMENTS                 esee 16  9   Pre Bid                                                                                                   16  10  Clarification and Amendment of Bidding Documents                                   16      PREPARATION        1                                   eee tee eerte ceo  17  11  Language of Bid             17  12  Documents Comprising the Bid  Eligibility and Technical Components       17  13  Documents Comprising the Bid  Financial Component               
58. dings 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      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 Source  if so required by  the Funding Source     Governing Law and Language    41     42     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     47 
59. dress 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     23 2     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     A Bidder may  through a Letter of Withdrawal  withdraw its bid after it  has been submitted  for valid and justifiable reason  provided that the  Letter of Withdrawal is received by the Procuring Entity prior to the  deadline prescribed for submission and receipt of bids     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 
60. e exclusively used  to finance the performance of the above mentioned contract subject to our terms   conditions and requirements     The credit line shall be available within fifteen  15  calendar days after receipt  by the  lt Contractor Distributor Manufacturer Supplier gt  of the Notice of Award and  such line of credit shall be maintained until the project is completed by the Supplier     This Certification is being issued in favor of said   lt Contractor Distributor Manufacturer Supplier gt  in connection with the bidding  requirement of      Name of the Procuring Entity  for the above mentioned    Contract  We are aware that any false statements issued by us make us liable for  perjury     Name and Signature of Authorized Financing Institution Officer  Official Designation    Concurred By   Name  amp  Signature of  lt Contractor Distributor Manufacturer gt   Authorized Representative  Official Designation  Note   The amount committed should be machine validated     ACKNOWLEDGMENT    REPUBLIC OF THE PHILIPPINES       S S   BEFORE ME  a Notary Public for and in   Philippines  this  day of   20   personally appeared   NAME CTC NO  ISSUED AT ON    known to me and known to be the same person who executed the foregoing  instrument consisting of     pages  including the page whereon the  acknowledgment is written and acknowledged before me that the same is his free  and voluntary act and deed and that of the Corporation he represents     WITNESS MY HAND AND NOTARIAL SEAL  at 
61. ed 1GB                Keyboard Keyboard  USB   M Mouse USB optical mouse with scroll wheel  mouse  ouse    pad included  Latest available MS Windows 64 bit O S  Professional  Operating Edition License  System  OS pre installed  burned copy of recovery disk drive       installer and reference manuals must be included     71                                                                                                             TECHNICAL SPECIFICATION QTY U M  COMPUTER AND APPURTENANCES 36 Sos   continuation    Output Power Capacity 500 VA  Nominal Input Voltage 230V  Input Frequency 60Hz  Typical Backup Time at    Half Load 12 4 minutes  150 watts   Typical Backup        4 4 minutes  300 watts   Full Load  UPS  Branded Surge Energy Rating 300joules  Battery Type Maintenance free   sealed  Lead Acid Battery  Warranty Two  2  years on parts  and labor  With built in   Automatic  Voltage Regulator  AVR   ers and Surge Protector   cable  user s manual  Three  3  years on parts and services on site and with  Warranty immediate parts replacement with next business day  response  Bidder Supplier   Bidder Supplier should be an authorized business  Requirements partner or authorized service provider   ITEM   NO  TECHNICAL SPECIFICATION QTY U M  COMPUTER AND APPURTENANCES 2 sets  High End Desktop Computer     for Office Productivity  Branded  Casing Small Form Factor   4th Generation Intel Core i7 Processor with Intel Q75  Processor    Chipset  2 Front Side Bus   2 90   3 60 GHz  Cac
62. ed 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     Protest Mechanism    Decision of the procuring entity at any stage of the procurement process may  be questioned in accordance with Section55 of the revised Implementing  Rules and Regulations of Republic Act 9184     36    Section llI  Bid Data Sheet    Bid Data Sheet                                              ITB Clause   1 1 The Procuring Entity isthe Insurance Commission   1 10 The lot s  and reference is are    PROCUREMENT INFORMATION TECHNOLOGY  IT   RESOURCES FOR INSURANCE COMMISSION   Project Reference No  15 07 030    2 The Funding Source is    The Government of the Philippines  GOP  through IC s Special Fund  151 for the Fiscal Year 2015 in the amount of TenMillion Six  Hundred Thousand Pesos  Php10 600 000 00  inclusive of 1296  VAT    The name of the Project is    Procurement of Info
63. ent  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     Termination for Default    55    24     25     23 1     23 2     23 3     The Procuring Entity shall terminate this Contract for default when         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 to a request made by the Supplier  prio
64. ent of such  information in the bids in order to influence the outcome  of eligibility screening or any other stage of the public  bidding      vi  allowing the use of one   s name  or using the name of  another for purposes of public bidding      vii  withdrawal of a bid  or refusal to accept an award  or  enter into contract with the Government without justifiable    24    19     cause  after the Bidder had been adjudged as having  submitted the Lowest Calculated and Responsive Bid      viii  refusal or failure to post the required performance  security within the prescribed time      ix    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      x    any documented attempt by a bidder to unduly influence  the outcome of the bidding in his favor      xi  failure of the potential joint venture partners to enter into  the joint venture after the bid is declared successful  or     xii  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  ifthe successful Bidder      i  fails to sign the contract in accordance with ITB Clause  32  or     ii  fails to furnish performance security in accordance with  ITB Clause 33     Format and Signing of Bids    19 1     19 3     Bidde
65. etin 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 existing 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     It 
66. ets  CORPORATION  D 3 G F  Building    ATUPlaza  Gov   Duterte Street  Davao City  e Including colored laser printer  Note  Price quotation for Cebu and Davao are inclusive of Freight Charges                       3  Payment shall be made within thirty  30  days from acceptance of  the items by the Insurance Commission  subject to submission of  complete supporting documents        4  Bidders shall submit a tentative schedule for all the activities to be  done        5  Brochures and operating manuals should be submitted during the  bid opening        6  Winning Bidder s must submit warranty certificate         Performance Test Certificate of all delivered equipment                 We l hereby commit to comply and deliver all of the above requirements  within the period specified     Name and Signature of Authorized Official    Position    Date    106    Note  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 manufacturers 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 co
67. f Services shall be made  by the Supplier in accordance with the time schedule prescribed by the  Procuring Entity in Section VI  Schedule of Requirements     53    19     20     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 Suppliers 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 a
68. fied 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  listed 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     16  Bid Currencies    16 1     16 3     Prices shall be quoted in the following currencies      a  For Goods that the Bidder will supply from within the Philippines   the price
69. for the submission and receipt of bids  If the  Procuring Entity 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     Bidders are encouraged to attend the pre bid conference to ensure that  they fully understand the Procuring Entitys 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     Any statement made at the pre bid conference shall not modify the  terms 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     10 3     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     Supplemental Bid Bulletins may be issued upon the Procuring Ent
70. g n  Minimum Windows 8  Windows 7  Windows Vista   System Windows XP SP3 or higher  32 bit only   Requirements Mac OS  One  1  year on parts and services on   Warrant site and with immediate parts  y replacement with next business day  response       Bidder Supplier should be an authorized     idder  Supplier business partner or authorized service  Requirements          provider           120          ITEM  NO     TECHNICAL SPECIFICATION QTY U M       10    MULTI MEDIA AND WEB  DEVELOPMENT SOFTWARE    2 licenses          Statement of  Compliance   See Note Below        Application and  Features       PDF Reader Writer Viewer w  eSign  with  CinematicvisualeffectsandmotionGrap  hics   with  AudioRecording mixing andrestoration  with Showcase amp Discovercreativework  must Centralizecreativeassets  withDesktopAccesstoCreativeCloud  mustCreatecontentandpublishapps  with WebsiteandmobileappDesign w   code  amp  design view  mustCreateinteractiveandanimatedwe  bcontent  mustCodeHTML CSSandJavascript   withPreviewandlnspectwebdesignson  mobiledevices  DesigntheResponsiveWeb  withfreewebfonts   withAddScript toolkit  mustEasilyinstall amp manageextensions  withImageeditingforwebsitesandapps  haslDEforcodingflashapps amp mobiledevi  cepackaging    with  Interactiveexperiencesgamedesign amp   mobiledevicepackaging   must CreateActionScriptgames   VectorBasedDrawing   VectorGraphicsandlllustration  mustCollaboratewithcopywriters amp edit  ors   with Pagedesign layoutandpublishing  with
71. gh GPPB Resolution No  03 2012 on 27 January 2012    132     b    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    am we are declared as the bidder with the Lowest Calculated  and Responsive Bid Highest Rated and Responsive Bid1  and  I we have furnished the performance security and signed the  Contract     IN WITNESS WHEREOF  I we have hereunto set my our hands this     day  of 20 at      SUBSCRIBED AND SWORN TO before me this day of  20 at   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  Government Issued ID  amp  No  issued on at  Witness my hand and seal this day of 20        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                       Book No     Series of    1 Select one and delete the other     133       
72. h set of  documents must be securely fastened in a folder    21 The address for submission of bids is   BAC Chairperson c o BAC Secretariat  2nd Floor  Insurance  Commission1071 United Nations Avenue  Manila   The deadline for submission of bids is on 02 September 2015 at  12 00 NN    24 1 The place of bid opening is   Executive Lounge  Insurance Commission  1071 United Nations  Avenue  Manila   The date and time of bid opening is on 02 September 2015 at 2 30  PM    24 2 No further instructions    27 1 No further instructions    28 3 Grouping and Evaluation of Lots    The goods are grouped in a single lot and the lot shall not be divided  into sub lots for the purpose of bidding  evaluation  and contract  award    28 3 b  Bid modification is not allowed    28 4 No further instructions    29 2 a  The bidder shall submit the Latest Annual Income Tax and Business       Tax Returns  VAT or Percentage Tax  duly filed thru electronic Filing  System  eFPS  of the Bureau of the Internal Revenue  BIR  and duly  validated confirmation evidencing the tax payments made or manual  submission of ITR duly stamped by the BIR     Latest Annual Income Tax Return  ITR  shall refer to the 2014 ITR  which must be filed thru Electronic Filing and Payment System of the  BIR and duly validated confirmation evidencing the tax payments  made     Latest Business Tax Return refers to Value Added Tax  VAT    and or Percentage Tax Returns  whichever is applicable  covering       40          Six  6  months
73. he 8 MB cache  2 cores  Memory At least 16GB DDR3  Hard Disk Drive   Minimum of 1TB Serial ATA  7200 rpm  Optical Drive at least DVD   RW SuperMulti DL             72             ITEM  NO                          TECHNICAL SPECIFICATION QTY U M  COMPUTER AND APPURTENANCES 2  TON  sets   continuation   Front   4 USB ports 2 0 and 1 microphone in  1  Interfaces peadphone  Back   6 USB port  with at least 4 USB 3 0   1 Display  port  1 audio out  1 power connector  1 RJ 45  Audio Integrated Audio  Network Integrated Gigabit Ethernet Network Controller   Interface Wireless LAN card  802 11 b g n compatible with any  Controller access point  AP  device    At least two  2    21 5  LED backlit Widescreen anti   Display    glare  Same chassis color and Brand        Video Memory    Minimum dedicated 1GB             Keyboard Keyboard  USB   Mouse Mouse USB optical mouse with scroll wheel  mouse  pad included  Latest available MS Windows 64 bit O S   Professional  Operating Edition License  System  OS pre installed  burned copy of recovery disk drive    installer and reference manuals must be included           UPS  Branded                      Output Power Capacity 500 VA   Nominal Input Voltage 230V   Input Frequency 60Hz   Typical Backup Time at Half 12 4 minutes  150   Load watts    Typical Backup Time at Full 4 4 minutes  300   Load watts    Surge Energy Rating 300joules  Maintenance free   Battery Type sealed Lead Acid  Battery       Two  2  years on          parts and labor  With
74. iations 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    13    5 5     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 Biddermust submita 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 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 
75. ice    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 anything 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        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    3 2     3 3     influence their participation in a procurement process  or  affect the e
76. ice   Colored Laser Printer  1 sat  Branded  IC Main   Delivery   5 Notebook Computers 6 sets installation and  commissioning  must be thirty  30     Heavy Duty Colored  6 Laser Network Printer  1 set  Branded  IC Main     days from receipt  of Notice to  Proceed  NTP        T Mobile Printer  Branded 1 set                         68    Delivered                   Description Quantity U M Weeks Months  8 Laser Printer  Branded 12 sets  9 Multi Function Printer 6 sets      Delivery   10 Multi Media and Web 2          installation and  Development Software commissioning  must be thirty  30   days from receipt  11 Bar Code Reader 35 sets of Notice to  Proceed  NTP   12   Bar Code Printer 3 sets                         2  Delivery of Desktop Computers and Colored Laser Printer for Agent s Exam  shall be delivered to the following        LOCATION   ADDRESS QUANTITY U M       a  Insurance Commission Main Office  74  sets  1071 United Nations Avenue  Ermita  Manila       b  Cebu District Office    ALMASE REALTY 16  sets  Room 21  Almase Building  80 Osmena Boulevard  Cebu City       c  Davao District Office   ATU DEVELOPMENT CORPORATION 18  s  D 3 G F  Building I  ATUPlaza  Gov  Duterte  Street  Davao City   e including Colored Laser Printer                   Note  Price quotation for Cebu and Davao are inclusive of Freight Charges   3  Payment shall be made within thirty  30  days from acceptance of the items by    the Insurance Commission  subject to submission of complete supporti
77. idual 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  and or GCC Clause    2 1 a  ii      126    Signed in the Presence of      Supplier      INSURANCE COMMISSION     IC Form No  10     Authorized Signatory     EMMANUEL F  DOOC     Designation     Commissioner    THIS AGREEMENT made this day of 20    Contract Agreement Form          between the Insurance Commissionwith principal office address at the  Insurance Commission Building  1071 United Nations Avenue  Ermita  Manila   Philippines  hereinafter called  the Entity   of the one part and  name of  Supplier  of  city and count
78. iewed and approved by the BIR     Class  B  Document      vii     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      ii      iii     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      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     Conformity with technical specifications  as enumerated  and specified in Sections VI and VII of the Bidding  Documents  and    Sworn statement in accordance with Section 25 2 a  iv   of the IRR of RA 9184 and using the form prescribed in  Section VIII  Bidding Forms     13  Documents Comprising the Bid FinancialComponent    1331     Unless otherwise stated in the BDS  the financial component of the bid  shall contain the following              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 preferen
79. igabit Network Connection  10 100 1000  Interface  NIC   5 Controller  Wireless 802 11 b g n compatible with any access  Support point  AP  device  Bluetooth  Power Supply At least 12 1 to 13 3    LED  Battery Lithium lon 6 cell pack  Mouse USB optical mouse with scroll wheel   Webcam  mouse pad included  Latest available MS Windows 64 bit O S    Operatin Professional EditionLicensed  pd        9  OS pre installed  burned copy of recovery  y disk drive installer and reference manuals  must be included   A   USB optical mouse with scroll wheel  mouse  ccessories  pad and Bag included  Three  3  years on parts and services on site  Warranty and with immediate parts replacement with  next business day response   Bidderupplir         shou be amd e  Requirements          provider           115                                                                                        des TECHNICAL SPECIFICATION QTY   U M Statement of    Compliance  HEAVY DUTY COLORED LASER 1 Sot  See Note Below   NETWORK PRINTER  Branded  Print Laser  Technology    Black   up to 1200 x 1200         Hesordnon Color  up to 1200 x 1200 dpi  Standard 1GB  Memory  Process Speed   800 MHz  Duty Cycle Up to 175 000 pages  2 Hi Speed USB Host  Connectivit 1 Hi Speed USB 2 0  y 1 Gigabit Ethernet 10 100 1000T Network  2 Internal USB Host  Duty Cycle  6  Monthly  Letter  Up to 4 000 to 25 000 pages     Compatible in Windows 7  8  Vista 64 bit  re Latest Mac OS  Requirements  Media sizes A3  A4  Letter  legal  st
80. ir  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 Entitys BAC in accordance with  ITB Clause 1 1      d  bear the specific identification of this bidding process indicated  in the ITB Clause 1 10  and     e  bear a warning  DO NOT OPEN BEFORE     the date and time  for the opening of bids  in accordance with ITB Clause21     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    26    22     23     24     Bids must be received by the Procuring Entity s BAC at the ad
81. is Contract shall be as follows     For Goods Supplied from Abroad  state    The delivery terms  applicable to the Contract are DDP delivered at 5th Floor  Bankmer Building  6756 Ayala Avenue  Makati  In accordance       61                with INCOTERMS      For Goods Supplied from Within the Philippines  state  The  delivery terms applicable to this Contract are delivered at 15   Floor Insurance Commission Building  1071 United Nations  Avenue  Ermita  Manila  Risk and title will pass from the  Supplier to the Procuring Entity upon receipt and final  acceptance of the Goods at their final destination      Delivery of goods shall be made by the Supplier in accordance  with the terms specified in Section VI  Schedule of  Requirements  The details of shipping and or other documents  to be furnished by the supplier are as follows     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 Suppliers invoice  showing Goods  description  quantity  unit price  and  total amount      ii  Original and four copies delivery receipt note  railway  receipt  or truck receipt      iii    Original Supplier s factory inspection report      iv    Original and four copies of the Manufacturers and or  Supplier s warranty certificate      v  Original and four copies of the certificate of origin  for  imported Goods       vi  Delivery receipt detailing number
82. ith AudioRecording mixing andrestoration   with Showcase amp Discovercreativework   must Centralizecreativeassets   withDesktopAccesstoCreativeCloud   mustCreatecontentandpublishapps   with WebsiteandmobileappDesign w  code  amp    design view   mustCreateinteractiveandanimatedwebcontent   mustCodeHT ML CSSandJavascript    withPreviewandlnspectwebdesignsonmobiledevice   S   DesigntheResponsiveWeb   withfreewebfonts   withAddScript toolkit   mustEasilyinstall amp manageextensions   withImageeditingforwebsitesandapps   haslDEforcodingflashapps amp mobiledevicepackagi   ng   e with  Interactiveexperiencesgamedesign amp mobiledevic  epackaging   e must CreateActionScriptgames        81                VectorBasedDrawing   VectorGraphicsandlllustration  e must Collaboratewithcopywriters amp editors  e with Pagedesign layoutandpublishing  with InspiringColorthemesforanyproject   Digitalphotoprocessingandediting  available with WebsitedesignwithoutCoding  Package withmobileappsinthecloud  withImageeditingandcompositing  with Metadataingest logging androughcuts  with VideoProductionandediting  mustBuildandmanagepersonalportfoliosite  with ProfileFlashGamesonwebanddevices  with Filmfinishingandcolorgrading  with  Collaborativescreenwriting reportingandschedulin  gtools             Operating Multiple Platforms  Windows and MAC OS   System  LicenseSubScrIP   three  3  Years License Subscription                                        NO TECHNICAL SPECIFICATION QTY  UM  BAR CODE READER 35 
83. its bid  with the exception of any change in price  resulting from a Change Order issued in accordance with GCC Clause  29     Payment    10 1     10 3     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  1096  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     The Suppliers request s  for payment 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     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    11 1     11 2     Ad
84. ity 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     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     Preparation of Bids    Language of Bid    17    12     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 consulatein 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
85. l submit the following documentary requirements      a  Latest income and business tax returnsin the form specified in  the BDS      b  Certificate ofPhilGEPS Registration  and     c  Other appropriate licenses and permits required by 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     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 Bidders  capabilities to perform satisfactorily  If the second Bidder  however   fails the post qualification  the procedure fo
86. liance  COLORED LASER PRINTER  Branded 3 sets  See Note Below   Print aser  Technology  Resolution Up to 1200 x 1200 dpi  Standard 1GB  Memory  Process Speed   1 2 GHz  Duty Cycle Up to 80 000 pages  Hi Speed USB 2 0 port   Connectivity built in Fast Ethernet 10 100 1000Base   TX network port  Network Ready   Yes  4 eem      Latest Microsoft Windows 32 64 bit  yoke Latest Mac OS  Requirements       Media sizes    Letter  legal  statement  executive   envelopes  No  10  Monarch   cards  3 x                   supported 5 in  4 x6 in  5x8 in   photo  5 x 7 in  4  x6 in   AC Power Cord  Accessories        Extra Toner Cartridge  Automatic Duplexer  Three  3  years on parts and services  Warranty on site        with immediate parts  replacement with next business day  response        Bidder Supplier should be an authorized  p idder  Supplier business partner or authorized service  Requirements    provider           114                                                                      TEM TECHNICAL SPECIFICATION QTY U M Statement of  NO  Compliance  See Not  NOTEBOOK COMPUTER  Branded 6 sets ea  Processar 4th Generation Intel Core i5 Processor with  Intel Q75 Chipset  Display 14  LED backlit  System Memory   8GB DDR3 SDRAM  Hard Disk Drive   Minimum of 500GB Serial ATA  7200 rpm  Optical Media DVD RW  Pointing Device   TouchPad  3 USB 3 0  1 USB 3 0 charging  1  interfaces DisplayPort  1 VGA  1 combo stereo  headphone mic jack  1 AC power  1 RJ 45  1  docking connector  network G
87. lier 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     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    56    224     25 3     and or unnecessary  such as  but not limited to  fortuitous event s  or  changes in law and national government policies     The Goodsthat have been delivered and or performed or are ready for  delivery or performance within thirty  30  calendar days after the  Suppliers receipt of Notice to Terminate shall be accepted by the  Procuring Entity at the contract terms and prices  For Goodsnot yet  performed and or ready for delivery  the Procuring Entity may elect      a  to have any portion delivered and or 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 previousl
88. 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          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     The CLC must be at least equal to ten percent  1096  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 theBangko Sentral ng Pilipinas BSP  as authorized  to issue such financial instrument     6  Bidder s Responsibilities    6 1     6 2     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  Having 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     14    6 3     6 4     6 5     6 6      d  Having complied with its responsibility to inquire or secure  Supplemental Bid Bull
89. nd  award  A Bidder granting the request shall not be required or permitted  to modify its bid     18  Bid Security    18 1     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  Form of Bid Security  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       irrevocable letter of credit  issued by a Universal or Two percent  296   Commercial Bank  Provided   however  that it shall be  confirmed or authenticated by  a Universal or Commercial  Bank  if issued by a foreign  bank     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     d  Any combination of the   Proportionate to share of form          Five percent  5                     foregoing  with respect to total amount of  security   e  Bid Securing Declaration No percentage Required        For biddings conducted by LGUs  the Bidder may also submit bid  securities in the form of cashiers manager   s check  bank    23    18 3     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  reje
90. nd description of  items received signed by the Procuring Entity   s  representative at the Project Site      vii  Certificate of Acceptance Inspection Report signed by  the Procuring Entity   s representative at the Project Site   and     viii  Four copies of the Invoice Receipt for Property signed by  the Procuring Entity   s representative at the Project Site     For purposes of this Clause the  Procuring Entity   s  Representative at the Project Site are Edwin Cornelius A  Lauz  and Juan Carlo Florencio     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 Entitys personnel  at the  Suppliers plant and or on site  in assembly  start up        63                operation  maintenance  and or repair of the supplied  Goods     The Contract price for the Goods shall include
91. nd under the applicable law  deduct from the Contract Price  as  liquidated damages  the applicable rate of one tenth  1 10  of one  1  percent  of the cost of the unperformed portion for every day of delay until actual  delivery or performance  The maximum deduction shall be ten percent  10    of the amount of contract  Once the maximum is reached  the Procuring  Entity 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 arbitration  Arbitration may be commenced prior to  or after delivery of the Goods under this Contract     54    21     2
92. net   Logmars          83             MSI   MSI 3   Plessey   Postnet   RSS  reduced space symbology   Standard 2 of 5   UCC EAN 128   UPC and EAN 2 or 5 digit extensions  UPC A   UPC A and UPC E with 2 or 5 digit  extensions   UPC A and UPC E with EAN 2 or 5 digit  extensions   UPC E   2 dimensional Aztec   Codablock   Code 49   Data Matrix   MacroPDF417   MaxiCode   MicroPDF417   PDF417   QR Code   Fonts and Graphics       Maximum label and liner width  4 25   108  mm  Minimum label and liner width  0 75   19  mm    Maximum label and liner length  0 38   9 7  mm  to 39   991 mm                       Media Maximum roll diameter  5   127 mm   Characteristics Core diameter  0 5   12 7 mm   1 0   25 4  mm   1 5   38 1  Media thickness  0 003    0 08 mm  to 0 0075   0 20 mm   Media types   black bar  black mark  continuous  continuous  receipt  die   cut  fanfold  gap  notched  perforated  receipt  roll   fed  tag  tag stock  Ribbon Outside diameter  1 34   34 mm   Characteristics Standard length  244   74 m   Ratio  1 1  Five  5  Extra Ribbon      PE Width  7 6   194 mm   Height  7 5   191 mm    Depth  10   254 mm   Weight  4 6 Ibs  2 1 kg    Three  3  years on parts and services on site and  Warranty with immediate replacement unit with the same  specification or higher   Bidder Supplier Bidder Supplier should be an authorized business  Requirements partner or authorized service provider           84       Section VIII  Bidding Forms    TABLE OF CONTENTS    BID  FORM Mec A    
93. ng  documents     69    4  Bidders shall submit a tentative schedule for all the activities to be done   5  Brochures and operating manuals should be submitted during the bid opening   6  Winning Bidder s must submit warranty certificate and performance test    certificate of all delivered equipment       hereby certify to comply and deliver all the above requirements        Name of Company Bidder Signature over Printed Name of Date  Representative    70    Section VII  Technical Specifications       ITEM  NO     TECHNICAL SPECIFICATION    QTY U M          COMPUTER AND APPURTENANCES 36    sets             Desktop Computer     For Office Productivity  Branded                                     Casing Small Form Factor   Processor 4th Generation Intel Core i5 Processor with Intel Q75  Chipset   Front Side Bus   2 90   3 60 GHz   Cache 4 MB cache  2 cores   Memory At least 8GB DDR3   Hard Disk Drive   Minimum of 1TB Serial ATA  7200 rpm   Optical Drive at least DVD   RW SuperMulti DL  Front   4 USB ports 2 0 and 1 microphone in  1   Interfaces                        Back   6 USB port  with at least 4 USB 3 0   1 Display  port  1 audio out  1 power connector  1 RJ 45   Audio Integrated Audio   Network Integrated Gigabit EthernetNetwork Controller    Interface Wireless LAN card  802 11 b g n compatible with any   Controller access point  AP  device     At least 21 5  LED backlit Widescreen anti glare  Display     Same chassis color and Brand        Video Memory    Minimum dedicat
94. ning  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 corresponding 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 
95. nt of the Philippines or any of its agencies  offices  corporations  or  Local Government Units  foreign government foreign or international financing  institution whose blacklisting rules have been recognized by the Government  Procurement Policy Board       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        Name of Bidderjis authorizing the Head of the Procuring Entity or its duly    authorized representative s  to verify all the documents submitted     130    at    6  Select one  delete the rest     If a sole proprietorship    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 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
96. ntradicted 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  and or  GCC Clause 2 1 a  ii      107    Section VII  Technical Specifications        ITEM  NO     TECHNICAL SPECIFICATION    QTY   U M          COMPUTER AND APPURTENANCES 36    sets          Statement of  Compliance   See Note Below        Desktop Computer     For Office Productivity  Branded                                                    Casing Small Factor  4th Generation Intel Core i5 Processor with   Processor Intel Q75 Chipset   Font olde    00  3 50 GHz   Bus   Cache 4 MB cache  2 cores   Memory At least 8GB DDR3   Hard Disk lo     Drive Minimum of 1TB Serial ATA  7200 rpm          at least DVD   RW Super Multi DL   rive   Front   4 USB ports 2 0 and 1 microphone in  1  Headphone   Interfaces Back   6 USB port  with at least 4 USB 3 0   1  Display port  1 audio out  1 power connector  1  RJ 45   Audio Integrated Audio   Network Integrated Gigabit Ethernet Network Controller    Interface Wireless LAN card  802 11 b g n compatible   Controller       with any access point  AP  device   Displa At least 21 5  LED backlit Widescreen anti       gla
97. o        Series of 2015     129    IC Form No  11    Omnibus Sworn Statement    REPUBLIC OF THE PHILIPPINES    CITY MUNICIPALITY OF   S S     AFFIDAVIT     Name of Affiant   of legal age   Civil Status    Nationality   and residing at     Adaress 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    am the sole proprietor of  Name of Bidder  with office  address at  address of Bidder      If a partnership  corporation  cooperative  or joint venture    am the duly  authorized and designated representative of  Name of Bidder  with office  address at  address of Bidder      Select one  delete the other     If a sole proprietorship  As the owner and sole proprietor of  Name of Bidder      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    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           Name of Bidder  is not    blacklisted    or barred from bidding by the    Governme
98. o District Office     set       Colored Laser Printer   Branded  IC Main     set       Notebook Computers    sets       Heavy Duty Colored Laser  Printer  Branded    set       Mobile Printer  Branded    set                Laser Printer  Branded       12       sets                Location   Project          Number of Units       Statement of  Compliance       103          Site  See Note                                           Below   Description Quantity   1071 9 Multi Function Printer 6 sets   United   Nations Multi Media and Web     Avenue  i Development Software    en   Ermita    Manila 11 Bar Code Reader 35 sets   12   Bar Code Printer 3 sets  Total    Units Two Hundred Ten  210  Units             1  The delivery schedule  expressed as weeks  stipulates a delivery  date to the project site                                      E    Delivered  Description Quantity Weeks Months  Desktop Computers  1    For Office Productivity    7   sem  Delivery  installation and  High End Desktop commissioning must be  2 Computers 2 sets thirty  30  days from   For Office Productivity  receipt of Notice to  Proceed  NTP   Desktop Computers   For Agent s Exam   IC 73 sets  main office   Desktop Computers  3  For Agent s Exam   15 sets  Cebu District Office   Desktop Computers   For Agent s Exam   15 sets Delivery  installation and  Davao District Office  commissioning must be  thirty five  35  days from  Colored Laser Printer  receipt of Notice to  Branded  Cebu District 1 set Proceed  NTP
99. o dapi dvo                                    eee dta 33  32  Signing of the COMUACl uM             ott et          at            ate 33  33  Performance Security coc ao oro cent nd erri hte Cd oo aea Ct odo a tates 34  34  Notice to POCO ee ET e  35    General    Scope of Bid    1 1         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    1 9  Section VII  Technical Specifications  hereinafter referred to as the   Goods       1 10  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    3 1     Unless otherwise specified in the BDS  the Procuring Entity as well as  the bidders andsuppliers 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      iii      iv        corrupt pract
100. of his bid  price in accordance with the Instructions to Bidder  or    2  If the Bidder having been notified of the acceptance of his bid by the  Employer during the period of bid validity      a  fails or refuses to execute the Contract Form in accordance with  the Instructions to Bidders  if required  or     b  fails or refuses to furnish the Performance Security in  accordance with the Instructions to Bidders     We undertake to pay to the Entity up to the above amount upon receipt of his  first written demand  without the Entity having to substantiate his demand  provided  that in his demand the Entity will note that the amount claimed by him is due to him  owing to the occurrence of one or both of the two  2  conditions  specifying the  occurred condition or conditions        92    The Guarantee will remain in force up to and including the date  insert days   days after the deadline for submission of Bids as such deadline is stated in the  Instructions to Bidders or as it may be extended by the Entity  notice of which  extension s  to the Bank is hereby waived  Any demand in respect of this Guarantee  should reach the Bank not later than the above date     DATE SIGNATURE OF THE BANK  WITNESS SEAL     Signature  Name and Address        2 Usually 28 days after the end of the validity period of the Bid  Date should be inserted by the Entity  before the Bidding Documents are issued     93    IC Form No  4    Form of Bid Security  Irrevocable Letter of Credit     Date     EMM
101. olved in any capacity on the same project     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    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 thelRR 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              b    c      d     If the Bidder is an individual or a sole proprietorship  to the  Bidder himself     If the Bidder is a partnership  to all its officers and members     If the Bidder is a corporation  to all its officers  directors  and  controlling stockholders  and    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 with  this Clause will resul
102. ords and accounts of a bidder or supplier  in the bidding for and performance of a contract themselves or through  independent auditors 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     42              b      d     A Bidder has controlling shareholders in common with another  Bidder     A Bidder receives or has received any direct or indirect subsidy  from any other Bidder     A Bidder has the same legal representative as that of another  Bidder for purposes of this bid     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 the personnel  would be inv
103. ous Information Technology  IT  Resources for the Insurance  Commission  Bids received in excess of the ABC shall be automatically  rejected at bid opening     The Insurance Commission  IC  now invites bids for the Procurement of  Various Information Technology  IT  Resources  Delivery of the Goods is  required as indicated in the Bid Data Sheet  Bidders should have completed   within three  3  years from the date of submission and receipt of bids  a  contract similar to the Project  The description of an eligible bidder is  contained in the Bidding Documents  particularly in Section II  Instructions to  Bidders     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  otherwiseknown as the     Government Procurement Reform  Act  Bidding is restricted to Filipino  citizens sole proprietorships  partnerships  or organizations with at least sixty  percent  6096  interest or outstanding capital stock belonging to citizens of the  Philippines  and to citizens or organizations of a country the laws or regulations  of which grant similar rights or privileges to Filipino citizens  pursuant to RA  5183 and subject to Commonwealth Act 138     Interested bidders may obtain further information from the IC BAC Secretariat  and inspect the Bidding Documents at the address given below from 9 00 A M   to 5 00 P M   Monday to Friday     
104. pened and or duly sealed until  such time that the motion for reconsideration or protest has been  resolved     TheProcuring 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         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  until the issuance of the Notice of Award  unless otherwise allowed in  the case of ITB Clause 26     Any effort by a bidder to influence the Procuring Entity in the Procuring  Entitys 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 Proc
105. plicable 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     59    Section V  Special Conditions of  Contract    Special Conditions of Contract       GCC Clause       1 1 g     The Procuring Entity is     INSURANCE COMMISSION  IC        1 1      The Supplier is  to be inserted at the time of contract award         1 1      The Funding Source is  The Government of the Philippines  GOP  through IC s Special  Fund 151 in the amount of      TEN MILLION SIX HUNDRED THOUSAND PESOS   Php10 600 000 00         The Project Site is      Insurance Commission  1071 United Nations Avenue   Ermita  Manila        5 1    The Procuring Entity s address for Notices is     HON  EMMANUEL F  DOOC   Insurance Commissioner   1071 United Nations Avenue  Ermita  Manila  523 8461 local 115    The Supplier s address for Notices is      Insert address including  name of contact  fax and telephone  number           6 2       Delivery and Documents        For purposes of the Contract     EXW        FOB        FCA        CIF         CIP        DDP    and other trade terms used to describe the  obligations of the parties shall have the meanings assigned to  them by the current edition of INCOTERMS published by the  International Chamber of Commerce  Paris  The Delivery terms  of th
106. r post qualification shall be  repeated for the 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 GFls  the period provided herein shall be fifteen   15  calendar days     Reservation Clause    32    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 bid
107. r to the delay  and such failure amounts to at least ten  percent  1096  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  1096  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 Goodsand or performance of the  Services exceeds a time duration equivalent to ten percent  1096  of  the specified contract time plus any time extension duly granted to the  Supplier  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 Supp
108. rcent   2096  subject to the Procuring Entitys 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 Award 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     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     50    14     15      a    There are no pending claims against the Supplier or the surety  company filed by the Procuring
109. re  Same chassis color        Brand    ony Minimum dedicated 1GB   Memory   Keyboard Keyboard  USB    Mouse Mouse USB optical mouse with scroll wheel   mouse pad included  Latest available MS Windows 64 bit O S      Professional Edition License  Operating    System  OS pre installed  burned copy of recovery disk       drive installer and reference manuals must be  included           108                            ITEM Statement of  NO TECHNICAL SPECIFICATION QTY U M Compliance     See Note Below   COMPUTER AND  APPURTENANCES  continuation    Sere  Output Power Capacity   500 VA  Nominal Input Voltage 230V  Input Frequency 60Hz    UPS  Branded       Typical Backup Time at  Half Load    12 4 minutes  150  watts        Typical Backup Time at  Full Load    4 4 minutes  300  watts        Surge Energy Rating    300 joules       Battery Type    Maintenance free  sealed Lead Acid  Battery       Warranty    Two  2  years on  parts and labor       Others       With built in  Automatic  Voltage Regulator   AVR  and Surge  Protector  cable   user s manual       Three  3  years on parts and services on site          Warranty and with immediate parts replacement with  next business day response    Bidder Suppli   Bidder Supplier should be an authorized   er business partner or authorized service   Requirements   provider              109                                                                      ITEM Statement of  NO  TECHNICAL SPECIFICATION QTY U M Compliance   See Note  COMPUTE
110. resentation 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    46    2 2      aa  deliberately destroying  falsifying  altering       concealing of evidence material to       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      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 procee
111. rmation Technology  IT  Resources for  Insurance Commission   3 1 No further instructions    5 1 No further instructions    5 2 None of the circumstances mentioned in the IB clause exists in this  Project  Foreign bidders  except those falling under ITB Clause  5 1 b   may not participate in this Project    5 4 The Bidder must have completed  within three  3  years from the  date of submission and receipt of bids as providedITB Clause  12 1 a  iii   a single contract that is similar to this Project  equivalent  to at least fifty percent  5096  of the ABC    7 No further instructions    8 1 Subcontracting is not allowed    8 2 Not applicable    9 1 The Procuring Entity will hold a pre bid conference for this Project on  21 August 2015  2 30 P M  at the IC Executive Lounge  Insurance  Commission  1071 United Nations Avenue  Ermita  Manila    10 1 The Procuring Entity s address is        1071 United Nations Avenue  Ermita  Manila    MR  ANTONIO A  SISON    38          BAC Chairperson    523 8461 local 115    Email address  bac insurance gov ph  BAC Secretariat  bacsec insurance gov ph                                           12 1 No further instructions    12 1 a  i  No other acceptable proof of registration is recognized    12 1 a  iii    The statement of all ongoing and completed government and private  contracts shall include all such contracts within the last three  3   years prior to the deadline for the submission and receipt of bids    13 1 No additional requirements    
112. rs shall submit their bids through their duly authorized  representative using the appropriate forms provided in Section VIII   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 1must 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     25    20     21     The bid  except for unamended printed literature  shall be  signed andeach 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     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 the
113. ry of Supplier   hereinafter called    the Supplier   of  the other part     WHEREAS  the Entity invited Bids for certain goods and ancillary  services  viz  Procurement of Information Technology  IT  Resources for  the Insurance Commission  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 FOLLOWS     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     The following documents shall be deemed to form and be read  and construed as part of this Agreement  viz      the Bid Form and the Price Schedule submitted by the Bidder   the Schedule of Requirements    the Technical Specifications    the General Conditions of Contract    the Special Conditions of Contract      the Entity s Notice of Award  and   g  the Supplemental Bid Bulletins                       e                 p a            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     The Entity hereby covenants to pay the Supplier in consideration  of the provision of the goods and services and the remedying of  defects therein 
114. s  declare a failure of bidding at any time prior  to the contract award  or not to award the contract  without thereby  incurring any liability  and make no assurance that a contract shall be  entered into as a result of the bidding      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     iii    lf the source of funds for the project has been withheld or  reduced through no fault of the Procuring Entity     In addition  the Procuring Entity may likewise declare a failure of  bidding when      a  No bids are received      b  All prospective Bidders are declared ineligible     33    3
115. s 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  Philippine currency based on the exchange rateas publishedin  the BSPreference 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     22    17  Bid Validity    17 1     Bids shall remain valid for the period specified in the BDSwhich shall  not exceed one hundred twenty  120  calendar days from the date of  the opening of bids     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 tothe 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 a
116. s 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 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
117. sets  Scan Rate  100 Scans per second  Scanner Type    Bi Directional  Scan Element 50Hz  Frequency    44 Interface   USB   Scan any Scans 1 D  2 D and PDF417 barcodes  barcode on printed on paper labels or displayed on    any medium    mobile devices or computer screens           Decode  Capability        UPC EAN  UPC EAN with Supplementals   UPC  EAN 128  Code 39  Code 39 Full ASCII   Code 39 TriOptic  Code 128  Code 128 Full  ASCII  Codabar  Interleaved 2 of 5  Discrete 2  of 5  Code 93  MSI  Code 11  IATA  GS1       82                DataBar  formerly RSS  variants  Chinese 2  of 5                      Weight  5 71 oz    162 g  w o cable   Handheld  Yes  Dimensions  6 48 in  H x 3 86 in  L x 2 64 in  W 16 5       H x 9 8 cm L x 6 7 cm W   Corded  Yes  Three  3  years on parts and services on site  Warranty  and with immediate replacement unit with the       same specification or higher                             NGC TECHNICAL SPECIFICATION QTY U M  BAR CODE PRINTER 3 sets  Resolution  300 dpi  12 dots mm    Memory  8 MB SDRAM  3 MB available to user   4    12    MB Flash  1 5 MB available to user        Print width     4 09   104 mm        Print length     39   991 mm        Print speed    4   102 mm  sec          Barcodes   Symbologies    Linear Codabar   Code 11   Code 128   Code 128 with subsets A B C  Code 39   Code 93   EAN 13   EAN 14   EAN 8   EAN 8 and EAN 13 with 2 or 5 digit  extensions   German Post Code   Industrial 2 of 5   Interleaved 2 of 5   Japanese Post
118. 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    15    9     6 7     6 8     responsible or liable for those costs  regardless of the conduct or  outcome of the bidding process     Before submitting their bids  the Bidderis deemed to have become  familiar with all existing laws  decrees  ordinances  acts and 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
119. specified in Section VI   Schedule of Requirements     Signing of the Contract    32 1     32 2     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     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     34    32 3     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 bidders 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 contract documents that may be required by existing laws  and or specified in the BDS     33  Performance Security    33 1     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 
120. st Calculated Bid shall be determined in two steps     30    29      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 Entitys BAC shall immediately conduct a detailed  evaluation of all bids rated  passed   using non discretionary pass fail  criteria  Unless 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  O    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  omissionsto 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     Based on the detailed evaluation of bids 
121. t  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     Prices indicated on the Price Schedule shall be entered separately in  the following manner      a  For Goods offered from within the Procuring Entity s country      i  The price of the Goods quoted EXW  ex works  ex  factory  ex warehouse  ex showroom  or off the shelf  as  applicable   including all customs duties and sales and  other taxes already paid or payable      i 1  on the components and raw material used in the  manufacture or assembly of Goods quoted ex  works or ex factory  or     i 2       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      iii         price of other  incidental  services  if any  listed in the  BDS      b  For Goods offered from abroad     21    15 5          Unless otherwise stated in the BDS  the price of the  Goods shall be quoted DDP with the place of destination  in the Philippinesas speci
122. t in the automatic disqualification of a Bidder     12    5     Eligible Bidders    5 1     5 2     5 3     5 4     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  6096  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  6096  of the outstanding  capital stock belongs to citizens of the Philippines      d    Cooperatives duly organized under the laws of the Philippines   and of which at least sixty percent  6096  of the interest belongs  to citizens of the Philippines  and     e  X 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 biddersmay be eligible to participate when any of the following  circumstances exist  as specified in the BDS      a    When a Treaty 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 assoc
123. t 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        64                The packaging  marking  and documentation within and outside  the packages shall comply strictly with such special  requirements as shall be expressly provided for in the Contract   including additional requirements  if any  specified below  and  in any subsequent instructions ordered by the Procuring Entity     The outer packaging must be clearly marked on at least four  4   sides as follows     Name of the Procuring Entity Name of the Supplier Contract  Description Final Destination    Gross weight Any special lifting instructions Any special  handling instructions Any relevant HAZCHEM classifications    A packaging list identifying the contents and quantities of the  package is to be placed on an accessible point of the outer  packaging if practical  If not practical the packaging list is to be  placed inside the outer packaging but outside the secondary  packaging     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
124. terleaved 2 of 5   Discrete 2 of 5  Code 93  MSI  Code  11  IATA  GS1 DataBar  formerly RSS   variants  Chinese 2 of 5  Weight  5 71 oz    162 g  w o cable   Handheld  Yes        6 48 in  H x 3 86 in  L x 2 64 in  W  Dimensions   amp  16 5 cm H x 9 8 cm L x 6 7 cm W   Corded  Yes  One  1  year on parts and services on   site and with immediate parts  Warranty  replacement with next business day                                                 response           123          ITEM  NO     TECHNICAL SPECIFICATION QTY U M          12    BAR CODE PRINTER    3 sets          Statement of  Compliance   See Note Below        Resolution     300 dpi  12 dots mm        Memory     8 MB SDRAM  3 MB available  to user   4 MB Flash  1 5 MB  available to user        Print width     4 09   104 mm        Print length     39   991 mm        Print speed    4   102 mm  sec          Barcodes   Symbologies       Linear Codabar   Code 11   Code 128   Code 128 with subsets A B C  Code 39   Code 93   EAN 13   EAN 14   EAN 8   EAN 8 and EAN 13 with 2 or 5  digit extensions   German Post Code   Industrial 2 of 5   Interleaved 2 of 5   Japanese Postnet   Logmars   MSI   MSI 3   Plessey   Postnet   RSS  reduced space  symbology    Standard 2 of 5  UCC EAN 128   UPC and EAN 2 or 5 digit  extensions   UPC A   UPC A and UPC E with 2 or 5  digit extensions   UPC A and UPC E with EAN 2  or 5 digit extensions   UPC E          124          ITEM  NO     TECHNICAL SPECIFICATION QTY U M       BAR CODE PRINTER  contin
125. the place and on the date  first above written     Notary Public  Until 31 December20  PTR No   Issued at   Issued on   TIN No   Doc  No   Page No   Book No   Series of    100    IC Form No  8    Joint Venture Agreement    KNOW ALL MEN BY THESE PRESENTS     That this JOINT VENTURE AGREEMENT is entered into By and Between      Of legal age       civil status     owner proprietor of  and a resident of                       of legal age   civil status    owner proprietor  of a resident of    That both parties agree to join together their manpower  equipment  and what  is needed to facilitate the Joint Venture to participate in the Eligibility  Bidding and  Undertaking of the here under stated project to be conducted by the Insurance  Commission     NAME OF PROJECT CONTRACT AMOUNT    That both parties agree to be jointly and severally liable for the entire  assignment     That both parties agree that and or   shall be the Official Representative of the Joint Venture  and   is granted full power and authority to do  execute and perform any and all acts   necessary and or to represent the Joint Venture in the bidding as fully and effectively   and the Joint Venture may do and if personally present with full power of substitution  and revocation     That this Joint Venture Agreement shall remain in effect only for the above  stated Project until terminated by both parties     Done this day of   in the year of our Lord    101    ACKNOWLEDGEMENT    REPUBLIC OF THE PHILIPPINES       5 
126. thorized  Financing Institution Officer    Official Designation    Concurred By   Name  amp  Signature of Supplier s  Authorized Representative    Official Designation    Note   The amount committed should be machine validated     95    ACKNOWLEDGMENT    REPUBLIC OF THE PHILIPPINES       SS   BEFORE ME  a Notary Public for and in   Philippines  this  day of   20   personally appeared   NAME CTC NO  ISSUED AT ON    known to me and known to be the same person who executed the foregoing  instrument consisting of     pages  including the page whereon the  acknowledgment is written and acknowledged before me that the same is his free  and voluntary act and deed and that of the Corporation he represents     WITNESS MY HAND AND NOTARIAL SEAL  at the place and on the date  first above written     Notary Public  Until 31 December 20  PTR No   Issued at   Issued on   TIN No   Doc  No   Page No   Book No   Series of    96    IC Form No  5    List of all Ongoing Government  amp  Private Contracts including Contracts Awarded but not yet Started    Business Name       Business Address                  of  Name of Contract  a  Owner s Name Bidder s Role a  Date Awarded   Accomplishment Value of  b  Date Started Outstanding  b  Address Nature of Work  Project Cost c  Telephone Nos Description   4                                             Planned   Actual Undelivered  Portion                                                 Note  The following documents shall be submitted upon post qualifica
127. tion     1  Notice of Award and or Contract  2  Notice to Proceed issued by the owner    3  Certificate of Accomplishments signed by the owner or authorized representative     Submitted by        Printed Name  amp  Signature     Designation       Date       97       IC Form No  6    Statement of all Government  amp  Private Contracts Completed which are Similar in Nature during  the last Three  3  years    Business Name       Business Address             Amount at a  Date  a  Owner s Name Bidder s Role Award Awarded  Name of Contract b  Address Nature of Work Amount at b  Contract  c  Telephone Nos  Description   Completion Effectivity  Duration c Date                                              Note  The following documents shall be submitted upon post qualification     1  Contract    2  Certificate of Completion  3  Certificate of Acceptance    Submitted by        Printed Name  amp  Signature     Designation       Date       98       IC Form No  7    Credit Line Certificate    Date     EMMANUEL F  DOOC  Commissioner   Insurance Commission   2nd Floor IC Building    1071 United Nations Avenue   Ermita  Manila    CONTRACT PROJECT    COMPANY FIRM  ADDRESS    BANK FINANCING SATION   ADDRESS    AMOUNT    This is to certify that the above Bank Financing Institution with business  address indicated above  commits to provide the   lt Contractor Distributor Manufacturer Supplier gt   if awarded the above mentioned  Contract  a credit line in the amount specified above which shall b
128. uation  3 Sers          Statement of  Compliance   See Note Below           12    2 dimensional Aztec  Codablock   Code 49   Data Matrix  MacroPDF417  MaxiCode  MicroPDF417  PDF417   QR Code   Fonts and Graphics       Media  Characteristics    Maximum label and liner width   4 25   108 mm  Minimum label  and liner width  0 75   19 mm   Maximum label and liner length   0 38   9 7 mm  to 39   991 mm   Maximum roll diameter  5   127  mm    Core diameter  0 5   12 7 mm    1 0   25 4 mm   1 5    38 1  Media thickness  0 003    0 08 mm  to 0 0075   0 20  mm   Media types  black bar  black  mark  continuous  continuous  receipt  die    cut  fanfold  gap  notched  perforate  d  receipt  roll fed  tag  tag stock       Ribbon  Characteristics    Outside diameter  1 34   34  mm    Standard length  244   74 m   Ratio  1 1   Extra Ribbon       Physical  Characteristics    Width  7 6   194 mm   Height   7 5   191 mm   Depth    10   254 mm   Weight    4 6 Ibs  2 1 kg         Warranty    Three  3  year on parts and  services on site and with immediate  parts replacement with next  business day response           Bidder Supplier  Requirements       Bidder Supplier should be an  authorized business partner or  authorized service provider          125       We l hereby commit to comply and deliver all of the above requirements  as  specified     Name and Signature of Authorized Official    Position  Date    Note  Bidders must state here either  Comply  or  Not Comply  against each of the  indiv
129. uring Entity will grant a  margin of preference for the purpose of comparison of bids in  accordance with the following      a         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     29    28      b  For evaluation purposes  the lowest Foreign Bid or the bid  offered by a non Philippine national shall be increased by fifteen  percent  1596       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 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     A Bidder may be granted preference as a Domestic Entity subject to  the certification from
130. vance 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     49    12     13     11 3      a       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 Section VIII  Bidding Forms      b  On Delivery  Seventy percent  7096  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  2096  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  Entitys authorized representative  In the event that no  inspection or acceptance certificate is issued by the Procuring  Entitys 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 pe
131. xecution of a contract      v     obstructive practice  is     aa  deliberately destroying  falsifying  altering       concealing of evidence material to an  administrative proceedingsor investigation       making false statements to investigators in order to  materially impede an administrative proceedings or  investigation of the Procuring Entity or any foreign  government foreign      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     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      Furthermore  the Funding Source and the Procuring Entity reserve the  right to inspect and audit rec
132. y 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    87    IC Form No  1 A    For Goods Offered From Within the Philippines    Detailed Bid Price Schedule    Date   Invitation to BidNo     Project   Procurement of Information Technology  IT  Resources  for the Insurance Commission    Code   Date of Bidding   Time of Bidding                     Supplier s Name Address Tel  No    For Goods Offered From Within the Philippines    Name of Bidder   ITB Number   Page of    Description Unit Price Total Price       Desktop Computers   For Office Productivity     High End Desktop  2 Computers 2 sets   For Office Productivity   Desktop Computers   For Agent s Exam   IC 73 sets  main office   Desktop Computers    36 sets                         For Agent s Exam   Cebu 15 sets  District Office   Desktop Computers   For Agent s Exam   Davao 15 sets  District Office   Colored Laser Printer   Branded  Cebu District 1 set  Office   Colored Laser Printer      Branded  Davao District 1 set  Office        Colored Laser Printer  1        Branded  IC Main                          88                                                                      5 Notebook Computers 6 sets  Heavy Duty Colored Laser  6 Network Printer  Branded 1 set   IC Main   7 Mobile Printer  Branded 1 set  8 Laser Printer 
133. y procured by the Supplier     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 to rules of science or the trade  and     d    Any other act analogous to the foregoing     27  Procedures for Termination of Contracts    ZH     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 
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
EH1060i - Optoma  Installation Guide  Parasound HCA-2205A Stereo Amplifier User Manual  Motorola FV500 Two-Way Radio User Manual  Bedienungsanleitung - ROWI Schweißgeräte & Elektrowerkzeuge    Manual de instalación, uso y mantenimiento  Mooberry Book Manager User Manual  SERVICE MANUAL MFZ-KA09NA MFZ-KA12NA MFZ  ps 9000 1u - user manual    Copyright © All rights reserved. 
   Failed to retrieve file