0% found this document useful (0 votes)
39 views37 pages

Bid Docs

Download as docx, pdf, or txt
Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1/ 37

RECEIVING COPY

Project Identification Number:


2023-11-2251

PURCHASE OF 1 UNIT EXPANDABLE MOBILE


CLINIC FOR THE USE OF CDRRMF OF THIS
CITY

ABC: P15,000,000.00

RECEIVED BY (INDICATE COMPANY POSITION IF AUTHORIZED


REPRESENTATIVE):

DATE OF PAYMENT AT CITY TREASURY:

COMPLETE NAME OF COMPANY OWNER/PRESIDENT/PROPRIETOR:

COMPLETE COMPANY NAME:

COMPLETE COMPANY ADDRESS:

CONTACT CELLPHONE NUMBER(S):

OFFICIAL OFFICE NUMBER:

EMAIL ADDRESS:

1
PHILIPPINE BIDDING DOCUMENTS
(As Harmonized with Development Partners)

Procurement of
GOODS
Government of the Republic of the Philippines

Sixth Edition
July 2020

2
Glossary of Acronyms, Terms, and
Abbreviations
ABC –Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ngPilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

3
CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty

paid.” DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a


supplier or service provider that identifies the terms and conditions, under which specific
purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is
in the nature of an option contract between the procuring entity and the bidder(s) granting the
procuring entity the option to either place an order for any of the goods or services identified
in the Framework Agreement List or not buy at all, within a minimum period of one (1) year
to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC –Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity, whether
in the nature of equipment, furniture, stationery, materials for construction, or personal
property of any kind, including non-personal or contractual services such as the repair and
maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and
related or analogous services, as well as procurement of materials and supplies provided by
the Procuring Entity for such services. The term “related” or “analogous services” shall
include, but is not limited to, lease or purchase of office space, media advertisements, health
maintenance services, and other services essential to the operation of the Procuring Entity.
(2016 revised IRR,Section5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

IB – Invitation to Bid

ITB – Instructions to Bidders


4
INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB
Circular No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier
as used in these Bidding Documents may likewise refer to a distributor, manufacturer,
contractor, or consultant.

UN – United Nations.

5
Project Identification Number:
2023-11-2251

PURCHASE OF 1 UNIT EXPANDABLE MOBILE


CLINIC FOR THE USE OF CDRRMF OF THIS
CITY
ABC: P15,000,000.00

6
Section II. Instructions to Bidders

7
1. Scope of Bid

The Procuring Entity, herein referred to as the City Government of Malolos, wishes to
receive Bids for the project PURCHASE OF 1 UNIT EXPANDABLE MOBILE
CLINIC FOR THE USE OF CDRRMF OF THIS CITY with identification number
2023-10-2015.

The Procurement Project (referred to herein as “Project”) is composed of a PURCHASE


OF 1 UNIT EXPANDABLE MOBILE CLINIC FOR THE USE OF CDRRMF OF
THIS CITY the details of which are described in Section VII (Technical
Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for GENERAL FUND
in the amount of Fifteen Million Pesos (Php 15,000,000.00).

2.2. The source of funding is:

a. The Annual or Supplemental Budget, as approved by the Sanggunian.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may
affect the cost, duration and execution or implementation of the contract, project, or
work and examine all instructions, forms, terms, and project requirements in the
Bidding Documents.

Unless otherwise indicated in the ITB or BDS, failure to furnish all information or
documentation required in the Bidding Documents (as specified in Section VIII -
Checklist of Technical and Financial Documents) shall result in the rejection of the
bid and the disqualification of the Bidder.

For all other omissions, the Procuring Entity reserves the right to seek clarification of
bids in accordance with the ITB or at its sole discretion, to reject the bid if the
omission is regarded as a matter of substance.
8
4. Corrupt, Fraudulent, Collusive, and Coercive Practices

The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.

Members of the BAC, including its staff and personnel, as well as its Secretariat and
TWG, are prohibited from making or accepting any kind of communication with any
bidder regarding the evaluation of their bids until the issuance of the Notice of Award,
unless otherwise allowed in the ITB.

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially


capable will be evaluated.

5.2. a. Foreign ownership exceeding those allowed under the rules may
participate pursuant to:

i. When a Treaty or International or Executive Agreement as provided


in Section 4 of the RA No. 9184 and its 2016 revised
IRR allow foreign bidders to participate;

ii. Citizens, corporations, or associations of a country, included in the


list issued by the GPPB, the laws or regulations of which
grant reciprocal rights or privileges to citizens, corporations, or
associations of the Philippines;

iii. When the Goods sought to be procured are not available


from local suppliers; or

iv. When there is a need to prevent situations that defeat competition


or restrain trade.

a. Foreign ownership limited to those allowed under the rules may participate
in this Project.

5.3. The Bidders shall comply with the eligibility criteria under Section
23.4.1of the 2016 IRR of RA No.9184.

6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.
9
7. Subcontracts

a. Subcontracting is not allowed.

8. Pre-Bid Conference
The City Government of Malolos will hold a pre-bid conference for this Project on
December 7, 2023 Thursday, 10:00 a.m. at the 2nd floor Conference Room of the
City Administrator’s Office, New City Hall Building, Government Center, McArthur
Highway,Brgy. Bulihan, City of Malolos, Province of Bulacan.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in
the IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

9.1. Bid modification is not allowed.

10. Documents comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section VIII (Checklist of Technical and Financial
Documents).

10.2. If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
Similar to the required authentication above, for Contracting Parties to the
Apostille Convention, only the translated documents shall be authenticated
through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May
2019. The English translation shall govern, for purposes of interpretation of the
bid.

10.3 Proper labeling of documents is requested and should be done by the supplier
before placing it inside the sealed envelopes, with tabs for easy viewing of the
Technical Working Group, the Chairman, and the Vice-chairman of the BAC
during the Opening of Bids.

11. Documents comprising the Bid: Financial Component


10
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial
Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RANo.9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RANo.9184.

11.5. Proper labeling of documents is requested and should be done by the supplier
before placing it inside the sealed envelopes, with tabs for easy viewing of the
Technical Working Group, the Chairman, and the Vice-chairman of the
BAC during the Opening of Bids.

12. Bid Prices


12.1. 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);

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, listedine.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.

ii. The price of other(incidental) services, if any, as listed in Section VII (Technical Specifications).
11
c. Bid Prices shall be fixed. Adjustable price proposals shall be treated as
non responsive and shall be rejected.

d. 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 BidForm.

13. Bid and Payment Currencies


13.1. For Goods that the Bidder will supply from outside the Philippines, the bid
prices may be quoted in the local currency or tradable currency accepted by the
BSP at the discretion of the Bidder. However, for purposes of bid evaluation,
Bids denominated in foreign currencies, shall be converted to Philippine
currency based on the exchange rate as published in the BSP reference rate
bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in:

a. Philippine Pesos.

14. Bid Security

14.1. The Bidder shall submit a Bid Securing Declaration1or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14.2. The bid security shall be valid until 90 days. Any Bid not accompanied by
an acceptable bid security shall be rejected by the Procuring Entity as non
responsive.

1
In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.

14.3. The bid security may be forfeited in the following instances:

i. If a bidder withdraws its bid during the period of bid validity specified
in ITBClause14.2;

ii. If a bidder does not accept the correction of errors;

iii. If a bidder fails to submit the requirements within the


prescribed period or a finding against their veracity;

iv. If the successful bidder fails to sign the contract in accordance


with ITB Clause21;

12
v. If the successful bidder fails to furnish performance security within
the prescribed time in accordance with ITB Section IVClause3;

vi. Submission of eligibility requirements containing false information or


falsified documents;

vii. 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;

viii. Allowing the use of one’s name, or using the name of another for
purposes of public bidding;

ix. Withdrawal of a bid, or refusal to accept an award, or enter into contract


with the Government without justifiable cause, after the Bidder had
been adjudged as having submitted the Lowest Calculated and
Responsive Bid;

x. 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;

xi. Any documented unsolicited attempt by a bidder to unduly influence the


outcome of the bidding in his favor;

xii. Failure of the potential joint venture partners to enter into the
joint venture after the bid is declared as successful; and

b) 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.

15. Sealing and Marking of Bids

15.1. Each Bidder shall submit one (1) original copy and two (2) photocopies of the
first (technical) and second (financial, and if there is/are any additional
requirements requested by the end-user) components of its Bid. It should be packed
and sealed in the following order:

a. Original Copy Envelope – Should contain the original copies of the first
component documents (to be placed inside a sealed long brown envelope),
and the original copies of the second component documents (to be placed
inside a sealed long brown envelope). The words “ORIGINAL COPY”
should be written in the exterior of the main envelope. The original copy
envelope will be given to the BAC Technical Working Group during the

13
opening of bids.

b. Copy 1 - Should contain the photocopies of the first component


documents (to be placed inside a sealed long brown envelope), and the
photocopies of the second component documents (to be placed inside a
sealed long brown envelope). The words “COPY 1” should be written in
the exterior of the main envelope. Copy 1 envelope will be given to the
BAC Chairman during the opening of bids.

c. Copy 2 - Should contain the photocopies of the first component


documents (to be placed inside a sealed long brown envelope), and the
photocopies of the second component documents (to be placed inside a
sealed long brown envelope). The words “COPY 2” should be written in
the exterior of the main envelope. Copy 2 envelope will be given to the
BAC Vice-chairman or the Members during the opening of bids.

Failure to seal the bids properly in the given order stated above, will result in bid
disqualification.

For the requirement “Special Power of Attorney (SPA) if you will be ATTENDING
the opening of bids as an authorized representative of a sole proprietorship; or a
Board Resolution and Secretary’s certificate for corporations”, please indicate that
the SPA/Board Resolution and Secretary’s certificate is issued for this SPECIFIC
project only.

16. Deadline for Submission of Bids

The Bidders shall submit on or before December 19, 2023, Tuesday, 10:00 a.m. 2nd
floor City Administrator’s Office Conference Room, New City Hall Building,
Government Center, McArthur Highway,Brgy. Bulihan, City of Malolos, Province of
Bulacan.

17. Opening and Preliminary Examination of Bids

17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in the IB. The Bidders’ representatives who are present shall sign a
register evidencing their attendance. In case videoconferencing, webcasting or
other similar technologies will be used, attendance of participants shall
likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of


the 2016 revised IRR of RANo.9184.

14
18. Domestic Preference

18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RANo.9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of the
2016 revised IRR of RANo.9184.

19.2. The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the
ITB for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the
2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total
of the ABCs for all the lots or items participated in by the prospective Bidder.

19.3. The Project shall be awarded as follows:

Option 1 – One Project having several items that shall be awarded as one
contract.

Option 2 – One Project having several items grouped into several lots, which
shall be awarded as separate contracts per lot.

Option 3 - One Project having several items, which shall be awarded as


separate contracts per item.

19.4. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of
RA No. 9184, which must be sufficient for the total of the ABCs for all the lots
or items participated in by the prospective Bidder. For bidders submitting the
committed Line of Credit, it must be at least equal to ten percent (10%) of the
ABCs for all the lots or items participated in by the prospective Bidder.

20. Post-Qualification

20.1. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated
Bid, the Bidder shall submit its latest income and business tax returns filed
15
and paid

16
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.

21. Signing of the Contract

21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184
shall form part of the Contract. Additional Contract documents are indicated in
the ITB and Checklist of Financial and Technical Documents.

Bid Data Sheet


ITB
Clause

12 The price of the Goods shall be quoted DDP at the New City Hall Building,
Government Center, Brgy. Bulihan, McArthur Highway, City of Malolos,
Bulacan, or the applicable International Commercial Terms (INCOTERMS)
for this Project.

14 The bid security shall be in the form of a Bid Securing Declaration, or any of
the following forms and amounts:

a. The amount of not less than two percent (2%) of ABC, if bid security is
in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable
letter of credit;or

b. The amount of not less than five percent (5%) of ABC, if bid security
is in Surety Bond.

19.3 The Project shall be awarded as follows:

Option 1 – One Project having several items that shall be


awarded as one contract.

Section IV. General Conditions of Contract


1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
17
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in


the Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment


2.1. Advance payment of the contract amount is provided under Annex “D” of
the revised 2016 IRR of RANo.9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the partial
or staggered delivery of the Goods procured, provided such partial payment
shall correspond to the value of the goods delivered and accepted in
accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.

3. Performance Security

Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than prior to the signing of the Contract by
both parties, the successful Bidder shall furnish the performance security in any of the
forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

4. Inspection and Tests


The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project specifications at no extra cost to
the Procuring Entity in accordance with the Generic Procurement Manual. In addition
to tests in the SCC, Section IV (Technical Specifications) shall specify what
inspections and/or tests the Procuring Entity requires, and where they are to be
conducted. The Procuring Entity shall notify the Supplier in writing, in a timely
manner, of the identity of any representatives retained for these purposes.

All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.

5. Warranty
5.1 In order to assure that manufacturing defects shall be corrected by the Supplier, a
warranty shall be required from the Supplier as provided under Section 62.1 of
the 2016 revised IRR of RA No.9184.

5.2 The Procuring Entity shall promptly notify the Supplier in writing of any claims
18
arising under this warranty. Upon receipt of such notice, the Supplier shall,
repair or replace the defective Goods or parts thereof without cost to the
Procuring Entity, pursuant to the Generic Procurement Manual.

6. Liability of the Supplier

The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity

Special Conditions of Contract


GCC
Clause

1 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 this Contract shall be as follows:

For goods supplied from abroad, the delivery terms applicable to the Contract are DDP
delivered to the New City Hall Building, Government Center, Brgy. Bulihan,
McArthur Highway, City of Malolos, Bulacan, in accordance with INCOTERMS.”

For goods supplied from within the Philippines, the delivery terms applicable to this
Contract are delivered to New City Hall Building, Government Center, Brgy. Bulihan,
McArthur Highway, City of Malolos, Bulacan. Risk and title will pass from the
Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their
final destination.

Delivery of the Goods shall be made by the Supplier in accordance with the terms
specified in Section VI (Schedule of Requirements).

It is understood that charges for the delivery of the goods subject of the Project shall
be for the account of the Supplier.

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:

19
a. performance or supervision of on-site assembly and/or start-up of
the supplied Goods;
b. furnishing of tools required for assembly and/or maintenance of
the supplied Goods;
c. furnishing of a detailed operations and maintenance manual for
each appropriate unit of the supplied Goods;
d. performance or supervision or maintenance and/or repair of the supplied
Goods, for a period of time agreed by the parties, provided that this
service shall not relieve the Supplier of any warranty obligations
under this Contract; and

e. training of the Procuring Entity’s personnel, at the Supplier’s plant


and/or on-site, in assembly, start-up, operation, maintenance, and/or
repair of the supplied Goods.

The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.

Spare Parts – (IF APPLICABLE)

The Supplier is required to provide all of the following materials, notifications,


and information pertaining to spare parts manufactured or distributed by the
Supplier:

a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and

b. in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the pending termination,


in sufficient time to permit the Procuring Entity to procure needed
requirements ;and

ii. following such termination, furnishing at no cost to the Procuring


Entity, the blueprints, drawings, and specifications of the spare parts,
if requested.

The spare parts and other components required are listed in Section VI
(Schedule of Requirements) and the cost thereof are included in the contract
price.

The Supplier shall carry sufficient inventories to assure ex-stock supply of


consumable spare parts or components for the Goods for a period equivalent to a
time period of three times the warranty period.
20
Spare parts or components shall be supplied as promptly as possible, but in any
case, within the prescribed period given by the Procuring Entity.

Packaging – (IF APPLICABLE)

The Supplier shall provide such packaging of the Goods as is required to prevent their
damage or deterioration during transit to their final destination, as indicated in this
Contract. The packaging shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packaging case size and weights shall take into
consideration, where appropriate, the remoteness of the Goods’ final destination and
the absence of heavy handling facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for in
the Contract, including additional requirements, if any, specified below, and in any
subsequent instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least one (1) side.

Transportation – (IF APPLICABLE)

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 Philippine registry is available, Goods may be shipped by a carrier which is not of

21
Philippine registry provided that the Supplier obtains and presents to the Procuring Entity
certification to this effect from the nearest Philippine consulate to the port of dispatch. In
the event that carriers of Philippine registry are available but their schedule delays the
Supplier in its performance of this Contract the period from when the Goods were first
ready for shipment and the actual date of shipment the period of delay will be considered
force majeure.

The Procuring Entity accepts no liability for the damage of Goods during transit other
than those prescribed by INCOTERMS for DDP deliveries. In the case of Goods supplied
from within the Philippines or supplied by domestic Suppliers risk and title will not be
deemed to have passed to the Procuring Entity until their receipt and final acceptance at
the final destination.

Intellectual Property Rights – (IF APPLICABLE)

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.

Section VI. Schedule of Requirements


The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the
date of delivery to the project site.
ITEM DESCRIPTION QUANTITY TOTAL DELIVERED,
NO. AND UNIT OF WEEK/MONTHS
ISSUE

Vehicle Specs 15 DAYS (AFTER


GVW 8,500 kg. SIGNING OF NTP)
Engine 4HK1-TCN 1 UNIT
Type 4-Cylinder, Turbo-Intercooler,
Common-Rail Direct Injection Euro IV, Blue
Power Diesel Engine
Bore and Stroke (mm) $ 115 x 125
Displacement (cc) 5,193
315225
Max. Output KW (PS)/rpm (ISO Gross) 114
(155.0)/ 2,600
Max. Torque N-m (kg-m)/rpm (ISO Gross)
419
(42.0)/ 1,600-2,600
Fuel Tank Capacity (Liter) 100 L
Battery 80D26Lx2
Alternator 24V-90A
Vehicle Weight (kg) 8,500
Gross Payload (kg) 5,790
Cab and Chassis Weight (kg) 2,710

22
Front Axle Weight (kg) 1,730 Rear
Axle Weight (kg) 980 Overall
Length (OAL) (mm) 7,355 Overall
Width (OAW) (mm) 2,040
Overall Height (OAH) (mm) 2,310 Wheelbase
(WB) (mm) 4,175
Cab-to-End (CE) (mm) 5.672 Cab
to Axle (CA) (mm) 3,602
Front Overhang (FOH) (mm) 1,110 Rear
Overhang (ROH) (mm) 2,070

Body Width (BW) (mm) 2,115


Rear tread (CW) (mm) 1,650
Service Drum Type, Hydraulic
Auxiliary Exhaust Brake Parking
Center Brake
DETAILED WORK INTERIOR SET-UP;
•X-RAY ROOM: Division with lead sheets and
viewing lead glass
•WORKSTATION FOR CR SYSTEM:
Provided with working table, fixed drawer and
cabinet.
•EXAMINATION/ECG/ULTRASOUND
ROOM:
Division with patient bed. Located in the
expandable side of the truck.
•LABORATORY STATION: Provided with
working table, sensor faucet, sink, drawer
and cabinet.
•WAITING AREA: Provided with upholstered
chair and cabinet
PACKAGE INCLUDES
THE FOLLOWING:
• 3 Unit Split Type AC
• 1 Unit window type AC
• LED TV
- • Personal Refrigerator

Water Tank Supply (160L)


• Water Tank Deposit (180L)
• 4 Feet Expandable Side
• Wheel chair Lifter
• Sensor faucet
• Power Inverter
• Electronic Door Lock

23
Glass Door Automatic
Canopy
• 20 meters royal cable #8
• Pull Down Stairs
• Upholstered chair with cabinet
• Wind Breaker
• Electrical, Painting, and Sticker Designs
ELECTRICAL WIRINGS, LIGHTING, AND
FINISHING;
1. Lay-out for XRAY 220 volts, lighting and
receptacles power outlets
• Main power box for breaker distribution •
connecting power cable, 20 meters for AC
line and sub-meter.
2. Ceiling Lights- Mounted on the ceiling
according to function and style.
3. Walling and partition - ¼ mm thick
aluminum composite with galvanized frame
4. Working Table
5. Finishing:
• All ceiling and walls are finished aluminum
composite
Flooring finished with vinyl
• Working table top finished all cabinets
finished with paint.
6. Sticker Design
Printable vinyl stickers with laminating film

PRINTED NAME AND SIGNATURE OF BIDDER (OWNER/AUTHORIZED


REPRESENTATIVE)
FULL NAME OF THE COMPANY (IN PRINT):

FULL COMPANY ADDRESS (IN


PRINT): E-MAILADDRESS:

CONTACT NUMBER(S):

DATE:

Section VII. Technical Specifications


Item Specification Quantity Statement of
Number and Unit Compliance
Of Issue

24
[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 Bidder's 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 applicable laws and issuances.]

ITEM NO. DESCRIPTION

Vehicle Specs
GVW 8,500 kg.
Engine 4HK1-TCN 1 UNIT
Type 4-Cylinder, Turbo-
Intercooler,
Common-Rail Direct Injection
Euro IV, Blue
Power Diesel Engine
Bore and Stroke (mm) $ 115 x
125
Displacement (cc) 5,193
315225
Max. Output KW (PS)/rpm (ISO
Gross) 114
(155.0)/ 2,600
Max. Torque N-m (kg-m)/rpm
(ISO Gross) 419
(42.0)/ 1,600-2,600
Fuel Tank Capacity (Liter) 100 L
Battery 80D26Lx2
Alternator 24V-90A
Vehicle Weight (kg) 8,500
Gross Payload (kg) 5,790
Cab and Chassis Weight (kg)
2,710
Front Axle Weight (kg) 1,730
Rear Axle Weight (kg) 980
Overall Length (OAL) (mm) 7,355
Overall Width (OAW) (mm) 2,040
Overall Height (OAH) (mm) 2,310
Wheelbase
(WB) (mm) 4,175
Cab-to-End (CE) (mm) 5.672
Cab to Axle (CA) (mm) 3,602

25
Front Overhang (FOH) (mm)
1,110
Rear Overhang (ROH) (mm)
2,070

Body Width (BW) (mm) 2,115


Rear tread (CW) (mm) 1,650
Service Drum Type, Hydraulic
Auxiliary Exhaust Brake Parking
Center Brake DETAILED
WORK INTERIOR SET-UP;
•X-RAY ROOM: Division with
lead sheets and viewing lead
glass
•WORKSTATION FOR CR
SYSTEM: Provided with working
table, fixed drawer and cabinet.
•EXAMINATION/ECG/ULTRASO
UND ROOM:
Division with patient bed. Located in
the expandable side of the truck.
•LABORATORY STATION:
Provided with working table, sensor
faucet, sink, drawer and cabinet.
•WAITING AREA: Provided with
upholstered chair and cabinet
PACKAGE INCLUDES
THE FOLLOWING:
• 3 Unit Split Type AC
• 1 Unit window type AC
• LED TV
• Personal Refrigerator

Water Tank Supply (160L)


• Water Tank Deposit (180L)
• 4 Feet Expandable Side
• Wheel chair Lifter
• Sensor faucet
• Power Inverter
• Electronic Door Lock
Glass Door
Automatic Canopy

26
• 20 meters royal cable #8
• Pull Down Stairs
• Upholstered chair with cabinet
• Wind Breaker
• Electrical, Painting, and Sticker
Designs ELECTRICAL WIRINGS,
LIGHTING, AND FINISHING;
1. Lay-out for XRAY 220 volts,
lighting and receptacles power
outlets
• Main power box for breaker
distribution • connecting power
cable, 20 meters for AC line and
sub-meter.
2. Ceiling Lights- Mounted on the
ceiling according to function and
style.
3. Walling and partition - ¼ mm
thick aluminum composite with
galvanized frame
4. Working Table
5. Finishing:
• All ceiling and walls are finished
aluminum composite
Flooring finished with vinyl
• Working table top finished all
cabinets finished with paint.
6. Sticker Design
Printable vinyl stickers with
laminating film

PRINTED NAME AND SIGNATURE OF BIDDER (OWNER/AUTHORIZED REPRESENTATIVE)

FULL NAME OF THE COMPANY (IN PRINT):

FULL COMPANY ADDRESS (IN PRINT):

E-MAILADDRESS:

CONTACT NUMBER(S):

DATE:

27
Section VIII. Checklist of Technical and
Financial Documents

□ (a) Special Power of Attorney (SPA) if you will be ATTENDING the opening of bids as
an authorized representative of a sole proprietorship;

OR

a Board Resolution AND Secretary’s certificate for corporations;

(Please indicate that the SPA/Board Resolution and Secretary’s certificate is issued
for this SPECIFIC project only).

Legal Documents

□ (b) Valid PhilGEPS Registration Certificate (PLATINUM MEMBERSHIP, all pages);

□ (c) Registration certificate from Securities and Exchange Commission (SEC), Department
of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development
Authority (CDA) for cooperatives, or its equivalent document,

□ (d) Mayor’s or Business permit issued by the city or municipality where the principal place
of business of the prospective bidder is located, or the equivalent document for
Exclusive Economic Zones or Areas;

□ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).

(f) Proof of payment of bidding documents issued by the City Treasurer’s Office of the
City Government of Malolos.

Technical Documents
□ (g) Statement of the prospective bidder of all its ongoing government and private contracts,
including contracts awarded but not yet started, if any, whether similar or not
similar in nature and complexity to the contract to be bid;

□ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also
a certification issued by the Insurance Commission;

OR

Original copy of Notarized Bid Securing Declaration;

□ (i) Conformity with the Technical Specifications (which may include production/delivery
schedule, manpower requirements, and/or after-sales/parts, IF APPLICABLE);

28
□ (j) Original duly signed Omnibus Sworn Statement (OSS);

AND

(IF APPLICABLE) Original Notarized Secretary’s Certificate in case of a


corporation, partnership, or cooperative; or Original Special Power of Attorney of
all members of the joint venture giving full power and authority to its officer to
SIGN THE OSS and do acts to represent the Bidder.

(j.1) Organizational Chart

□ (k) The Supplier’s audited financial statements, showing, among others, the Supplier’s total
and current assets and liabilities, stamped “received” by the BIR or its duly
accredited and authorized institutions, for the preceding calendar year which should
not be earlier than two (2) years from the date of bid submission;

□ (l) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC);

OR

A committed Line of Credit from a Universal or Commercial Bank in lieu of its


NFCC computation.

Class “B” Documents

□ (m) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is
already in existence;

OR

Duly notarized statements from all the potential joint venture partners stating that
they will enter into and abide by the provisions of the JVA in the instance that the
bid is successful.

Other documentary requirements under RA No. 9184 (as applicable)

□ (n) [For foreign bidders claiming by reason of their country’s extension of reciprocal
rights to Filipinos] Certification from the relevant government office of their
country stating that Filipinos are allowed to participate in government procurement
activities for the same item or product.

□ (o) Certification from the DTI if the Bidder claims preference as a Domestic Bidder
or Domestic Entity.

29
FINANCIAL COMPONENT ENVELOPE

□ (a) Original of duly signed and accomplished Financial Bid Form; ⬜

(b) Original of duly signed and accomplished Price Schedule(s).

30
29
APPENDIX “1”

Bid Form for the Procurement of Goods


[shall be submitted with the Bid]

BID FORM
Date :
Project Identification No. : To: [name and address of Procuring

Entity]

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or
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 PBDs for the sum of [total Bid amount in words and figures] or the total calculated bid price,
as evaluated and corrected for computational errors, and other bid modifications in accordance with
the Price Schedules attached herewith and made part of this Bid. The total bid price includes the cost
of all taxes, such as, but not limited to: [specify the applicable taxes, e.g. (i) value added tax
(VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are
itemized herein or in the Price Schedules,

If our Bid is accepted, we undertake:

a. to deliver the goods in accordance with the delivery schedule specified in the Schedule of
Requirements of the Philippine Bidding Documents (PBDs);

b. to provide a performance security in the form, amounts, and within the times
prescribed in the PBDs;

c. to abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon
us at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner:


Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to
contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of of


agent Currency 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 pursuant to the PBDs. The
undersigned is authorized to submit the bid on behalf of [name of the bidder] as evidenced by the
attached [state the written authority].
30
We acknowledge that failure to sign each and every page of this Bid Form, including the attached
Schedule of Prices, shall be a ground for the rejection of our bid.

Name:
Legal capacity:
Signature:
Duly authorized to sign the Bid for and behalf of:
Date:

31
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which 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 procurement
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 No.
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; and
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].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

32
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]

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, by itself or by relation,
membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines
on Blacklisting;

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

33
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 responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any;
and
d. Inquiring or securing 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.

10. In case advance payment was made or given, failure to perform or deliver any of
the obligations and undertakings in the contract shall be sufficient grounds to
constitute criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the
government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as
amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 at


, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

34
Price Schedule for Goods Offered from Within the Philippines
[shall be submitted with the Bid if bidder is offering goods from within the Philippines]

For Goods Offered from Within the Philippines

Name of Bidder Project ID No. Page of


1 2 3 4 5 6 7 8 9 10

Item Description Country Quantity Unit Transportati Sales Cost of Total Total Price
of origin price on and all and Incidental Price, delivered
EXW other other Services per unit Final
per costs taxes , if Destination
incidental to payabl applicab
item (col
delivery, per e if le, per
Contra 5+6+7+ (col 9) x
item item
ct 8) (col 4)
is awarded,
per item

Name:

Legal Capacity:

Signature:

Duly authorized to sign the Bid for and behalf of:

35

You might also like