Philippines - LABOR FOR THE CONSTRUCTION OF PROCESSING CENTER KDMPC AT BARANGAY MAGTANGTANG, DANAO, BOHOL
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 27 November 2018
- Opportunity publication date
- 15 November 2018
- Value of contract
- to be confirmed
- Your guide to exporting
Description
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS MUNICIPALITY OF DANAO LABOR FOR THE CONSTRUCTION OF PROCESSING CENTER KDMPC AT BARANGAY MAGTANGTANG, DANAO, BOHOL CONTRACT NO. 2018-337 Pre – Bid Conference : N/A Date of Bid/s Submission : On or Before November 27, 2018 @ 10:00 A.M. Opening of Bids : November 27, 2018 @ 10:00 A.M. Fifth Edition August 2016 2 Republic of the Philippines Province of Bohol MUNICIPALITY OF DANAO INVITATION TO BID FOR LABOR FOR THE CONSTRUCTION OF PROCESSING CENTER KDMPC AT BARANGAY MAGTANGTANG, DANAO, BOHOL The Municipality of Danao, Bohol, through the General Fund intends to apply the sum of One Hundred Thirty Eight Thousand Five Hundred Fifty Pesos (138,550.00) being the Approved Budget for the Contract (ABC) to payments under the contract Labor for the construction of processing center KDMPC at barangay Magtangtang, Danao, Bohol with contract no.2018-337. Bids received in excess of the ABC shall be automatically rejected at bid opening. 1. The Municipality of Danao, Bohol now invites bids Labor for the construction of processing center KDMPC at barangay Magtangtang, Danao, Bohol. Delivery of the Goods is required 5 Calendars Day/s upon receipt of the P.O. Bidders should have completed, within two (2) 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. DESCRIPTION OF WORKS 3 4 2. Bidding will be conducted through opening of Request for Quotation procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”. (i) Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) 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. (ii) Bidding is open to all interested bidders, local, subject to the conditions for eligibility provided in the IRR of RA 9184. 3. Interested bidders may obtain further information from Municipality of Danao, Bohol and inspect the Bidding Documents at the address given below during 8:00 a.m. – 5:00 p.m. 4. A complete set of Bidding Documents may be acquired by interested Bidders on November 15, 2018 from the address below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of P500.00. 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 applicable fee for the Bidding Documents not later than the submission of their bids. 5. The Municipality of Danao, Bohol will not hold a Pre-Bid Conference1 6. Bids must be duly received by the BAC Secretariat at the address below on or before November 27, 2018. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 10. Bid opening shall be on November 27, 2018 at the Municipal Mayor Conference Hall. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted. 7. The Municipality of Danao, Bohol reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders. 8. For further information, please refer to: BAC Office Mayor’s Office 2nd Floor BarangayHall 1May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a Pre-Bid Conference. 5 Poblacion, Danao, Bohol Cell. No. 09294297160 eatdanaopark@gmail.com ENGR. GEMMA E. HARRISON, EnP BAC Chairman 6 A. General 1. Scope of Bid 1.1. The Municipality of Danao, Bohol named in the BDS invites bids for the supply and delivery of the Goods as described in Error! Reference source not found.. 2. Source of Funds The Municipality of Danao, Bohol has a budget or has 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. 3. Eligible Bidders 3.1. Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding: (a) Duly licensed Filipino citizens/sole proprietorships; (b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; (c) Corporations duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines; (d) Cooperatives duly organized under the laws of the Philippines; and (e) Persons/entities forming themselves into a Joint Venture (JV), i.e., 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 JV concerned shall be at least sixty percent (60%). 3.2. Government owned or –controlled corporations (GOCCs) 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 attached agencies of the Procuring Entity. 3.3. Unless otherwise provided in the BDS, the Bidder must have completed a Single Largest Completed Contract (SLCC) similar to the Project and the value of which, adjusted, if necessary, by the Bidder to current prices using the Philippine Statistics Authority (PSA) 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)(ii). 3.4. The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated as follows: 7 NFCC = [(Current assets minus current liabilities) (15)] 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 to be bid. The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR. If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank. 4. Bidder’s Responsibilities 4.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Error! Reference source not found. as required in ITB Clause 6.1(b)(iii). 4.2. 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; (d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB. 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; (e) 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; (f) Authorizing the HOPE or its duly authorized representative/s to verify all the documents submitted; (g) 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; (h) Complying with the disclosure provision under Section 47 of RA 9184 and its IRR in relation to other provisions of RA 3019; 8 (i) Complying with existing labor laws and standards, in the case of procurement of services; Moreover, bidder undertakes to: (i) Ensure the entitlement of workers to wages, hours of work, safety and health and other prevailing conditions of work as established by national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable. In case there is a finding by the Procuring Entity or the DOLE of underpayment or non-payment of workers’ wage and wage-related benefits, bidder agrees that the performance security or portion of the contract amount shall be withheld in favor of the complaining workers pursuant to appropriate provisions of Republic Act No. 9184 without prejudice to the institution of appropriate actions under the Labor Code, as amended, and other social legislations. (ii) Comply with occupational safety and health standards and to correct deficiencies, if any. In case of imminent danger, injury or death of the worker, bidder undertakes to suspend contract implementation pending clearance to proceed from the DOLE Regional Office and to comply with Work Stoppage Order; and (iii) Inform the workers of their conditions of work, labor clauses under the contract specifying wages, hours of work and other benefits under prevailing national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable, through posting in two (2) conspicuous places in the establishment’s premises; and (j) Ensuring that it 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. Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned. 4.3. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. 4.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project. 4.5. 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. However, the Procuring Entity shall ensure that all information in the Bidding 9 Documents, including bid/supplemental bid bulletin/s issued, are correct and consistent. 4.6. Before submitting their bids, the Bidder is 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. 4.7. The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 4.8. The Bidder should note that the Procuring Entity will accept bids only from those that have paid the applicable fee for the Bidding Documents at the office indicated in the Invitation to Bid. B. Contents of Bidding Documents 5. Pre-Bid Conference 5.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidders’ questions on the technical and financial components of this Project. (b) The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids, but not earlier than seven (7) calendar days from the posting of the invitation to bid/bidding documents in the PhilGEPS website. 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. 5.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin. The minutes of the pre-bid conference shall be recorded and prepared not later than five (5) calendar days after the pre-bid conference. The minutes shall be made available to prospective bidders not later than five (5) days upon written request. 9.3 Decisions of the BAC amending any provision of the bidding documents shall be issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar days before the deadline for the submission and receipt of bids. 10 C. Preparation of Bids 6. Documents Comprising the Bid: Eligibility and Technical Components 6.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents: (a) Eligibility Documents – Class “A” Documents: (i) PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR. (ii) Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and Statement of the Bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS. The two statements required shall indicate for each contract the following: (ii.1) name of the contract; (ii.2) date of the contract; (ii.3) contract duration; (ii.4) owner’s name and address; (ii.5) kinds of Goods; (ii.6) For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts; (ii.7) For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement; (ii.8) date of delivery; and (ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements. 11 (iii) NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank. Class “B” Document: (iv) If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners in accordance with Section 23.1(b) of the IRR. (b) Technical Documents – (i) Bid security in accordance with ITB Clause 10. If the Bidder opts to submit the bid security in the form of: (i.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 (i.2) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments; (ii) Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents; and (iii) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed in Error! Reference source not found.. (iv) For foreign bidders claiming eligibility by reason of their country’s extension of reciprocal rights to Filipinos, a certification from the relevant government office of their country stating that Filipinos are allowed to participate in their government procurement activities for the same item or product. 7. Documents Comprising the Bid: Financial Component 7.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain the following: (a) Financial Bid Form, which includes bid prices and the applicable Price Schedules, in accordance with ITB Clauses 8.1 and 8.4; (b) If the Bidder claims preference as a Domestic Bidder, a certification from the DTI issued in accordance with ITB Clause, unless otherwise provided in the BDS; and (c) Any other document related to the financial component of the bid as stated in the BDS. 12 7.2. (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 monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works. 8. Bid Prices 8.1. The Bidder shall complete the appropriate Schedule of Prices 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. 8.2. The Bidder shall fill in rates and prices for all items of the Goods described in the Schedule of Prices. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Schedule of Prices, 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 zero (0) or a dash (-) for the said item would mean that it is being offered for free to the Government, except those required by law or regulations to be accomplished. 8.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris. 8.4. Prices indicated on the Price Schedule shall be entered separately in the following manner: 13 (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); (ii) The cost of all customs duties and sales and other taxes already paid or payable; (iii) The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and (iv) The price of other (incidental) services, if any, listed in the BDS. (b) For Goods offered from abroad: (i) Unless otherwise stated in the BDS, the price of the Goods shall be quoted DDP with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country. (ii) The price of other (incidental) services, if any, listed in the BDS. (c) For Services, based on the form which may be prescribed by the Procuring Entity, in accordance with existing laws, rules and regulations 8.5. 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 15. All bid prices for the given scope of work in the contract as awarded shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances. Upon the recommendation of the Procuring Entity, price escalation may be allowed in extraordinary circumstances as may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon approval by the GPPB. 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. 9. Bid Validity 9.1. Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids. 14 9.2. In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid. 10. Bid Security 10.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount stated in the BDS, which shall be not less than the percentage of the ABC in accordance with the following schedule: Form of Bid Security Amount of Bid Security (Not Less than the Percentage of the ABC) (a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. For biddings conducted by LGUs, the Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument. Two percent (2%) (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. For biddings conducted by LGUs, Bank Draft/Guarantee, or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument. (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Five percent (5%) The Bid Securing Declaration mentioned above is an undertaking which states, among others, that the Bidder shall enter into contract with the 15 procuring entity and furnish the performance security required under ITB Clause 33.2, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued by the GPPB. 10.2. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 10.3. 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 request for reconsideration and/or protest, or upon the lapse of the reglementary period to file a request for reconsideration or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the Bidder with the Lowest Calculated Responsive Bid (LCRB) 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 10.2. 10.4. Upon signing and execution of the contract pursuant to ITB Clause, and the posting of the performance security pursuant to ITB Clause 17, 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 10.2. 10.5. The bid security may be forfeited: (a) if a Bidder: (i) withdraws its bid during the period of bid validity specified in ITB Clause 9; (ii) does not accept the correction of errors pursuant to ITB Clause. (iii) has a finding against the veracity of any of the documents submitted as stated in ITB Clause 29.2; (iv) submission of eligibility requirements containing false information or falsified documents; (v) submission of bids that contain false information or falsified documents, or the concealment 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 cause, after the Bidder had been adjudged as having submitted the LCRB; 16 (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) if the successful Bidder: (i) fails to sign the contract in accordance with ITB Clause; or (ii) fails to furnish performance security in accordance with ITB Clause 17. 11. Format and Signing of Bids 11.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Error! Reference source not found. on or before the deadline specified in the ITB Clauses 13 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 6.1, and the second shall contain the financial component of the bid. This shall also be observed for each lot in the case of lot procurement. 11.2. Forms as mentioned in ITB Clause 11.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested. 11.3. The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 6 and 7. In addition, the Bidder shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail. 11.4. Each and every page of the Bid Form, including the Schedule of Prices, under Section VIII hereof, shall be signed by the duly authorized representative/s of the Bidder. Failure to do so shall be a ground for the rejection of the bid. 11.5. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder. 17 12. Sealing and Marking of Bids 12.1. Bidders shall enclose their original eligibility and technical documents described in ITB Clause 6 in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”. 12.2. 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. 12.3. The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in ink and shall be signed by the Bidder or its duly authorized representative/s. 12.4. All envelopes shall: (a) contain the name of the contract to be bid in capital letters; (b) bear the name and address of the Bidder in capital letters; (c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause 1.1; (d) bear the specific identification of this bidding process indicated in the ITB Clause Error! Reference source not found.; and (e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 13. 12.5. Bid envelopes that are not properly sealed and marked, as required in the bidding documents, shall not be rejected, but the Bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC or the Procuring Entity shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked bid, or for its premature opening. D. Submission and Opening of Bids 13. Deadline for Submission of Bids Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS. 14. Late Bids Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 13, shall be declared “Late” and shall not be accepted by the Procuring Entity. The BAC shall record in the minutes of bid submission and opening, the Bidder’s name, its representative and the time the late bid was submitted. 18 15. Opening and Preliminary Examination of Bids 15.1. The BAC shall open the bids in public, immediately after the deadline for the submission and receipt of bids, as specified in the BDS. In case the Bids cannot be opened as scheduled due to justifiable reasons, the BAC shall take custody of the Bids submitted and reschedule the opening of Bids on the next working day or at the soonest possible time through the issuance of a Notice of Postponement to be posted in the PhilGEPS website and the website of the Procuring Entity concerned. 15.2. Unless otherwise specified in the BDS, the BAC shall open the first bid envelopes and determine each Bidder’s compliance with the documents prescribed in ITB Clause 6, 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”. 15.3. Unless otherwise specified in the BDS, immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 7.2, 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. 15.4. 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. 15.5. All members of the BAC who are present during bid opening shall initial every page of the original copies of all bids received and opened. 15.6. In the case of an eligible foreign bidder as described in ITB Clause 3, the following Class “A” Documents may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned, which shall likewise be uploaded and maintained in the PhilGEPS in accordance with Section 8.5.2 of the IRR: (a) Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or CDA for cooperatives; (b) Mayor’s/Business permit issued by the local government where the principal place of business of the bidder is located; and (c) Audited Financial Statements showing, among others, the prospective bidder’s total and current assets and liabilities stamped “received” by the Bureau of Internal Revenue or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two years from the date of bid submission. 19 15.7. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clause 12.1(a)(i). Submission of documents required under ITB Clauses 12.1(a)(ii) to 12.1(a)(iii) by any of the joint venture partners constitutes compliance. 15.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include, as a minimum: (a) names of Bidders, their bid price (per lot, if applicable, and/or including discount, if any), bid security, findings of preliminary examination, and whether there is a withdrawal or modification; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read. 24.8 The bidders or their duly authorized representatives may attend the opening of bids. The BAC shall ensure the integrity, security, and confidentiality of all submitted bids. The Abstract of Bids as read and the minutes of the bid opening shall be made available to the public upon written request and payment of a specified fee to recover cost of materials. 24.9 To ensure transparency and accurate representation of the bid submission, the BAC Secretariat shall notify in writing all bidders whose bids it has received through its PhilGEPS-registered physical address or official e-mail address. The notice shall be issued within seven (7) calendar days from the date of the bid opening. E. Award of Contract 16. Contract Award 16.1. Subject to ITB Clause Error! Reference source not found., the HoPE or its duly authorized representative shall award the contract to the Bidder whose bid has been determined to be the LCRB. 16.2. 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 duly received by the Bidder or its representative 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. 16.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions: (a) Submission of the following documents within ten (10) calendar days from receipt of the Notice of Award: (i) Valid JVA, if applicable; or (ii) In the case of procurement by a Philippine Foreign Service Office or Post, the PhilGEPS Registration Number of the winning foreign Bidder; (b) Posting of the performance security in accordance with ITB Clause 17; 20 (c) Signing of the contract as provided in ITB Clause Error! Reference source not found.; and (d) Approval by higher authority, if required, as provided in Section 37.3 of the IRR of RA 9184. 16.4. At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirements. 17. Performance Security 17.1. 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 days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract. 17.2. The Performance Security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount not less than the percentage of the total contract price in accordance with the following schedule: Form of Performance Security Amount of Performance Security (Not less than the Percentage of the Total Contract Price) (a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. For biddings conducted by the LGUs, the Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument. Five percent (5%) (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. For biddings conducted by the LGUs, the Bank Draft/ Guarantee or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument. (c) Surety bond callable upon demand issued by a surety or insurance company duly Thirty percent (30%) 21 certified by the Insurance Commission as authorized to issue such security. 17.3. 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 have a fresh period to initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified and selected for recommendation of 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, if necessary. 22 Bid Data Sheet ITB Clause 1.1 The Procuring Entity is Municipality of Danao. The name of the Contract is Labor for the construction of processing center KDMPC at barangay Magtangtang, Danao, Bohol. The identification number of the Contract is: 2018-337. The lot(s) and reference is/are: 2 The Funding Source is: The Government of the Philippines (GOP) through in the amount of P 138,550.00 The name Labor for the construction of processing center KDMPC at barangay Magtangtang, Danao, Bohol. 3.3 For the procurement of Non-expendable Supplies and Services: The Bidder must have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(ii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC. a) Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least [State “fifty percent (50%)” in the case of Non-expendable Supplies and Services or “twenty-five percent (25%)” in the case of Expendable Supplies] of the ABC for this Project; and b) The largest of these similar contracts must be equivalent to at least half of the percentage of the ABC as required above. For this purpose, similar contracts shall refer to [insert description of similar contracts or state “No further instructions”]. 5.1 The Municipality of Danao, a pre-bid conference for this Project is “Not Applicable” The Procuring Entity’s address is: BAC Office, Mayor’s Office 2nd Floor Barangay Hall, Poblacion, Danao, Bohol ENGR. GEMMA E. HARRISON,EnP– BAC Chairman 09294297160 eatdanaopark@gmail.com 12.1(a)(ii) The bidder’s SLCC similar to the contract to be bid should have been completed within [state relevant period as provided in the Invitation to Bid] prior to the deadline for the submission and receipt of bids. 7.1 List any additional requirements or state “No additional requirements.” 13.1(c) List any additional required document(s) or state “No additional 23 requirements.” 7.2 The ABC is P 138,550.00. Any bid with a financial component exceeding this amount shall not be accepted. The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos. 9.1 Bids will be valid until 120 Calendar Days. 10.1 N/A 10.2 The bid security shall be valid until 120 CD. 12.3 N/A 13 The address for submission of bids is BAC Office, 2nd Floor Barangay Hall, Poblacion, Danao, Bohol. The deadline for submission of bids is: On or Before November 27, 2018 (10:00 A.M.) 15.1 The place of bid opening is : Municipal Mayor’s Conference Hall The date and time of bid opening is: November 27, 2018 (10:00 A.M.) 24 Section VI. Schedule of Requirements The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site. 25 26 SCHEDULE OF BID RATES BILL OF QUANTITIES 27 28 The above items shall be delivered within 5-days from the date of _____________________________ __________________ 29 Name and Signature of Bidder Date Address: _______________________ 30 Technical Specifications Item Specification Statement of Compliance Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause and/or GCC Clause 31 TABLE OF CONTENTS BID FORM ...................................................................................................... 32 CONTRACT AGREEMENT FORM ................................................................... 36 OMNIBUS SWORN STATEMENT .................................................................. 37 BANK GUARANTEE FORM FOR ADVANCE PAYMENT ................................ 40 32 Bid Form Date: Invitation to Bid2 No: To: [name and address of Procuring Entity] Gentlemen and/or Ladies: Having examined the Bidding Documents including Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said Bidding Documents for the sum of [total Bid amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 10.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:3 Name and address of agent Amount and Currency Purpose of Commission or gratuity (if none, state “None”) 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 Calculated Bid or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements as per ITB Clause 3 of the Bidding Documents. We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as the owner and sole proprietor or authorized representative of Name of Bidder, has the full power and authority to participate, submit the bid, and to sign and execute the ensuing contract, on the latter’s behalf for the Name of Project of the Name of the 2 If ADB, JICA and WB funded projects, use IFB. 3 Applicable only if the Funding Source is the ADB, JICA or WB. 33 Procuring Entity] [for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring Entity]. We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid. Dated this ________________ day of ________________ 20______. [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________ 34 For Goods Offered From Abroad Name of Bidder . Invitation to Bid4 Number __. Page of . 1 2 3 4 5 6 7 8 9 Item Description Country of origin Quantity Unit price CIF port of entry (specify port) or CIP named place (specify border point or place of destination) Total CIF or CIP price per item (col. 4 x 5) Unit Price Delivered Duty Unpaid (DDU) Unit price Delivered Duty Paid (DDP) Total Price delivered DDP (col 4 x 8) [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________ 4 If ADB, JICA and WB funded projects, use IFB. 35 For Goods Offered From Within the Philippines Name of Bidder . Invitation to Bid5 Number . Page of . 1 2 3 4 5 6 7 8 9 10 Item Description Country of origin Quantity Unit price EXW per item Transportation and Insurance and all other costs incidental to delivery, per item Sales and other taxes payable if Contract is awarded, per item Cost of Incidental Services, if applicable, per item Total Price, per unit (col 5+6+7+8) Total Price delivered Final Destination (col 9) x (col 4) [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________ 5 If ADB, JICA and WB funded projects, use IFB. 36 Contract Agreement Form THIS AGREEMENT made the _____ day of __________ 20_____ between [name of PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part: WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”). NOW THIS AGREEMENT WITNESSETH AS 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. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: (a) the Supplier’s Bid, including the Technical and Financial Proposals, and all other documents/statements submitted (e.g. bidder’s response to clarifications on the bid), including corrections to the bid resulting from the Procuring Entity’s bid evaluation; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; (f) the Performance Security; and (g) the Entity’s Notice of Award. 3. 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 4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written. Signed, sealed, delivered by the (for the Entity) Signed, sealed, delivered by the (for the Supplier). Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S. AFFIDAVIT I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)]; 3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. Select one, delete the rest: If a sole proprietorship: The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____ * This form will not apply for WB funded projects. Bank Guarantee Form for Advance Payment To: [name and address of PROCURING ENTITY] [name of Contract] Gentlemen and/or Ladies: In accordance with the payment provision included in the Special Conditions of Contract, which amends Clause Error! Reference source not found. of the General Conditions of Contract to provide for advance payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee in figures and words]. We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words]. We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification. This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [date]. Yours truly, Signature and seal of the Guarantors [name of bank or financial institution] [address] [date] BID SECURING DECLARATION FORM REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S. x------------------------------------------------------x BID SECURING DECLARATION Invitation to Bid: [Insert Reference number] To: [Insert name and address of the Procuring Entity] I/We6, the undersigned, declare 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. 2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake. 3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances: (a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request; (b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; (c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract. IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution] 6 Select one and delete the other. Adopt the same instruction for similar terms throughout the document. [Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE] [Insert Signatory’s Legal Capacity] Affiant SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____
- Opportunity closing date
- 27 November 2018
- Value of contract
- to be confirmed
About the buyer
- Address
- Philippines
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.