PBD-for-DAEDS-Training-Center
PBD-for-DAEDS-Training-Center
PBD-for-DAEDS-Training-Center
Procurement of
CONSULTING
SERVICES
Government of the Republic of the Philippines
Fifth Edition
August 2016
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Consulting Services
through Competitive Bidding have been prepared by the Government of the Philippines (GoP)
for use by all branches, agencies, departments, bureaus, offices, or instrumentalities of the
Government, including government-owned and/or -controlled corporations (GOCCs),
government financial institutions (GFIs), state universities and colleges (SUCs), local
government units (LGUs), and autonomous regional government. The procedures and practices
presented in this document have been developed through broad experience, and are for
mandatory use in projects that are financed in whole or in part by the GoP or the World Bank or
any foreign government/foreign or international financing institution in accordance with the
provisions of the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act
9184 (R.A. 9184).
The Bidding Documents shall clearly and adequately define, among others: (a) the
objectives, scope, and expected outputs and/or results of the proposed contract; (b) the minimum
eligibility requirements of bidders, such as track record to be determined by the Head of the
Procuring Entity; (c) the expected contract duration, delivery schedule and/or time frame; and (d)
the obligations, duties, and/or functions of the winning bidder.
In order to simplify the preparation of the Bidding Documents for each procurement, the
PBDs groups the provisions that are intended to be used unchanged in Section II. Eligibility
Documents of Part I; and Section II. Instructions to Bidders (ITB) and Section IV. General
Conditions of Contract (GCC) of Part II. Data and provisions specific to each procurement and
contract should be included in Section III. Eligibility Data Sheet (EDS) of Part I, Section III. Bid
Data Sheet (BDS), and Section V. Special Conditions of Contract (SCC) of Part II. The forms to
be used are provided in the attachments.
Care should be taken to check the relevance of the provisions of the Bidding Documents
against the requirements of the specific Consulting Services to be procured. The following
general directions should be observed when using the documents:
(a) All the documents listed in the Table of Contents are normally required for the
procurement of Consulting Services. However, they should be adapted as
necessary to the circumstances of the particular Project.
(b) These PBDs are divided into Part I and Part II, which shall be both made available
from the time the Request for Expression of Interest is first advertised/posted until
the deadline for the submission and receipt of bids
(c) Specific details, such as the “name of the Procuring Entity” and “address for
proposal submission,” should be furnished in the EDS, BDS, and SCC. The final
documents should contain neither blank spaces nor options.
(d) This Preface and the footnotes or notes in italics included in the Request for
Expression of Interest, EDS, BDS, SCC, Terms of Reference, and Appendices are
not part of the text of the final document, although they contain instructions that
2
the Procuring Entity should strictly follow. The Bidding Documents should
contain no footnotes except Section VII. Bidding Forms of Part II since these
provide important guidance to Bidders.
(e) The criteria for evaluation and the various methods of evaluation in the ITB
should be carefully reviewed. Only those that are selected to be used for the
procurement in question should be retained and expanded, as required in the BDS.
The criteria that are not applicable should be deleted from the BDS.
(f) The cover should be modified as required to identify the Bidding Documents as to
the names of the Project, Contract, and Procuring Entity, in addition to date of
issue.
(g) If modifications must be made to bidding procedures, they can be presented in the
BDS. Modifications for specific Project or Contract should be provided in the
SCC as amendments to the Conditions of Contract. For easy completion,
whenever reference has to be made to specific clauses in the EDS, BDS, or SCC
these terms shall be printed in bold type face on Section II. Eligibility Documents,
Section I. Instructions to Bidders, and Section III. General Conditions of Contract,
respectively.
3
TABLE OF CONTENTS
PART I
SECTION I. REQUEST FOR EXPRESSION OF INTEREST .........................................5
SECTION II. ELIGIBILITY DOCUMENTS................................................................8
SECTION III. ELIGIBILITY DATA SHEET ........................................................... 15
PART II
SECTION I. NOTICE OF ELIGIBILITY AND SHORT LISTING............................... 18
SECTION II. INSTRUCTIONS TO BIDDERS .......................................................... 21
SECTION III. BID DATA SHEET ......................................................................... 51
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 57
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 84
SECTION VI. TERMS OF REFERENCE ................................................................ 88
SECTION VII. BIDDING FORMS ....................................................................... 104
SECTION VIII. APPENDICES ............................................................................ 131
4
Section I. Request for Expression of
Interest
5
REQUEST FOR EXPRESSION OF INTEREST
DETAILED ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE
PROPOSED THREE-STOREY NIA-MARIIS TRAINING CENTER BUILDING AT
CAUAYAN CITY, ISABELA
1. The National Irrigation Administration - Magat River Integrated Irrigation System Head Office
through the Corporate Operating Budget (COB) for CY 2022 intends to apply the sum of Three
Million Five Hundred Forty Eight Thousand Seven Hundred Twenty Five Pesos (PhP
3,548,725.00) being the Approved Budget for the Contract (ABC) to payments under the
contract for MARIIS-HO-CS-2022-01 (Detailed Architectural and Engineering Design
Services for the Proposed Three-Storey NIA-MARIIS Training Center Building at
Cauayan City, Isabela). Bids received in excess of the ABC shall be automatically rejected at
the opening of the financial proposals.
2. The National Irrigation Administration - Magat River Integrated Irrigation System Head Office
now calls for the submission of eligibility documents for the contract MARIIS-HO-CS-2022-
01 (Detailed Architectural and Engineering Design Services for the Proposed Three-
Storey NIA-MARIIS Training Center Building at Cauayan City, Isabela). Eligibility
documents of interested consultants must be duly received by the BAC Secretariat on or
before September 1, 2022 at 8:30 AM at 2nd floor NIA-MARIIS Bldg. Cauayan City,
Isabela. Applications for eligibility will be evaluated based on a non-discretionary
“pass/fail” criterion.
3. Interested bidders may obtain further information from National Irrigation Administration -
Magat River Integrated Irrigation System Head Office and inspect the Bidding Documents at
the address given below from 8:00 A.M. – 5:00 P.M. (Monday – Friday).
4. A complete set of Bidding Documents may be acquired by interested Bidders on August 24,
2022 from the address given below and upon payment of the applicable fee for the Bidding
Documents, in the amount of Five Thousand Pesos (PhP 5,000.00). It may also be
downloaded free of charge from the website of the Philippine Government Electronic
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 BAC shall draw up the short list of consultants from those who have submitted Expression
of Interest, including the eligibility documents, and have been determined as eligible in
accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the
“Government Procurement Reform Act”, and its 2016 Implementing Rules and Regulations
(IRR). The short list shall consist of Three (3) prospective bidders who will be entitled to
submit bids. The criteria and rating system for short listing are:
6
Evaluation Criteria Percent Minimum Score
Distribution
100% 80%
7. The Procuring Entity shall evaluate bids using the Quality-Cost Based Evaluation (QCBE)
procedure wherein the technical and financial proposal shall be given corresponding weight
equivalent to 80% (technical) and 20% (financial).
9. The National Irrigation Administration - Magat River Integrated Irrigation System Head Office
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.
GRETHEN G. TUAZON
Head, BAC Secretariat NIA-MARIIS Head Office
Minante I, Cauayan City, Isabela 3305
Telefax. No. (078) 307-0288
Email address: [email protected].
websites: http://mariis.nia.gov.ph
7
Section II. Eligibility Documents
The provisions contained in this Section are to be used unchanged. Additional information
or requirements specific to each procurement shall be specified in the EDS.
8
1. Eligibility Criteria
1.1. The following persons/entities shall be allowed to participate in the bidding for
Consulting Services:
(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;
1.2. When the types and fields of Consulting Services involve the practice of
professions regulated by law, those who will actually perform the services shall
be Filipino citizens and registered professionals authorized by the appropriate
regulatory body to practice those professions and allied professions specified in
the EDS.
2. Eligibility Requirements
2.1. The following eligibility requirements, together with the Eligibility Documents
Submission Form, shall be submitted on or before the date of the eligibility check
specified in the Request for Expression of Interest and Clause 5 for purposes of
determining eligibility of prospective bidders:
9
Legal Documents
Technical Documents
If applicable, the Joint Venture Agreement (JVA) in case the joint venture
is already in existence, or duly notarized statements from all the potential
10
joint venture partners in accordance with Section 24.1(b) of the IRR of RA
9184.
2.2. The eligibility requirements or statements, the bids, and all other documents to be
submitted to the BAC must be in English. If the eligibility requirements or
statements, the bids, and all other documents submitted to the BAC are in foreign
language other than English, it must be accompanied by a translation of the
documents in English. The documents shall be translated by the relevant foreign
government agency, the foreign government agency authorized to translate
documents, or a registered translator in the foreign bidder’s country; and 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. The English translation shall govern, for purposes of interpretation of
the bid.
2.3. Prospective bidders may obtain a full range of expertise by associating with
individual consultant(s) and/or other consultants or entities through a JV or
subcontracting arrangements, as appropriate. However, subconsultants may only
participate in the bid of one short listed consultant. Foreign Consultants shall
seek the participation of Filipino Consultants by entering into a JV with, or
subcontracting part of the project to, Filipino Consultants.
3.2. Prospective bidders shall prepare an original and copies of the eligibility
documents. In the event of any discrepancy between the original and the copies,
the original shall prevail.
3.3. The Eligibility Documents Submission Form 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 eligibility documents.
3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed
or initialed by the duly authorized representative/s of the prospective bidder.
11
4.2. The original and the number of copies of the eligibility documents as indicated in
the EDS shall be typed or written in ink and shall be signed by the prospective
bidder or its duly authorized representative/s.
(d) bear the name and address of the prospective bidder in capital letters;
(f) bear the specific identification of this Project indicated in the EDS; and
(g) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of eligibility documents, in accordance with Clause 5.
4.4 Eligibility documents 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 documents as submitted.
The BAC shall assume no responsibility for the misplacement of the contents of
the improperly sealed or marked eligibility documents, or for its premature
opening.
12
7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility
documents after it has been submitted, for valid and justifiable reason; provided
that the letter of withdrawal is received by the Procuring Entity prior to the
deadline prescribed for submission and receipt of eligibility documents.
8.2. Letters of withdrawal shall be read out and recorded during the opening of
eligibility documents and the envelope containing the corresponding withdrawn
eligibility documents shall be returned unopened to the withdrawing prospective
bidder.
8.3. The eligibility documents envelopes and modifications, if any, shall be opened
one at a time, and the following read out and recorded:
8.4. The eligibility of each prospective bidder shall be determined by examining each
bidder’s eligibility requirements or statements against a checklist of requirements,
using non-discretionary “pass/fail” criterion, as stated in the Request for
Expression of Interest, and shall be determined as either “eligible” or “ineligible.”
If a prospective bidder submits the specific eligibility document required, he shall
be rated “passed” for that particular requirement. In this regard, failure to submit a
requirement, or an incomplete or patently insufficient submission, shall be
13
considered “failed” for the particular eligibility requirement concerned. If a
prospective bidder is rated “passed” for all the eligibility requirements, he shall be
considered eligible to participate in the bidding, and the BAC shall mark the set of
eligibility documents of the prospective bidder concerned as “eligible.” If a
prospective bidder is rated “failed” in any of the eligibility requirements, he shall
be considered ineligible to participate in the bidding, and the BAC shall mark the
set of eligibility documents of the prospective bidder concerned as “ineligible.” In
either case, the BAC chairperson or his duly designated authority shall
countersign the markings.
9.2. The BAC shall draw up the short list of prospective bidders from those declared
eligible using the detailed set of criteria and rating system to be used specified in
the EDS.
9.3. Short listed consultants shall be invited to participate in the bidding for this
project through a Notice of Eligibility and Short Listing issued by the BAC.
14
Section III. Eligibility Data Sheet
The Procuring Entity should specify in this Section the information and requirements
specific to the circumstances of the Procuring Entity, the processing of the eligibility, and
the rules that will apply in the determination and evaluation of eligibility.
15
Eligibility Data Sheet
Eligibility
Documents
1.2 Detailed Architectural and Engineering Design Services for the Proposed Three-
Storey NIA-MARIIS Training Center Building at Cauayan City, Isabela
2.1(a)(ii) The statement of all ongoing and completed government and private contracts
shall include all such contracts within ten (10) years prior to the deadline for the
submission and receipt of eligibility documents.
4.1 Each prospective bidder shall submit one (1) original and Two (2) duplicate copies
of its eligibility documents.
4.3 (e) NIA-MARIIS Head Office, Bids and Awards Committee (BAC)
Minante I, Cauayan City, Isabela 3305
Telefax. No. (078) 307-0288
Email address: [email protected].
websites: http://mariis.nia.gov.ph
4.3 (f) Detailed Architectural and Engineering Design Services for the Proposed Three-
Storey NIA-MARIIS Training Center Building at Cauayan City, Isabela
9.1 Similar contracts shall refer to Detailed Architectural and Engineering Design
Service for any similar projects belonging to Group C-Division C-1 of Section
701 of the IRR of PD 1096.
16
9.2 The criteria shall consider the applicable individual experiences of the principal
and key staff in case of new firms.:
100%
17
Section I. Notice of Eligibility and Short
Listing
[Insert Date]
Dear [Addressee]:
1. The National Irrigation Administration - Magat River Integrated Irrigation System Head
Office (hereinafter called “Procuring Entity” has received financing (hereinafter called
“funds”) from Corporate Operating Budget (COB) for CY 2022 (hereinafter called the
“Funding Source”) toward the cost of Detailed Architectural and Engineering Design
Services for the Proposed Three-Storey NIA-MARIIS Training Center Building at
Cauayan City, Isabela. The Procuring Entity intends to apply a portion of the funds in the
amount of Three Million Five Hundred Forty-Eight Thousand Seven Hundred Twenty-Five
Pesos (PhP 3,548,725.00) to eligible payments under the contract for MARIIS-HO-CS-
2022-01 for which the Bidding Documents is issued.
2. The Procuring Entity now invites bids to provide the following Consulting Services:
[insert short description of objectives and scope of the project]. More details on the
services are provided in the Terms of Reference (TOR) for the project.
5. It is not permissible for you to transfer this invitation to any other consultant.
6. The Bidding Documents may be acquired at 2nd floor NIA-MARIIS Bldg. Cauayan City,
Isabela from 8:00 A.M. – 5:00 P.M. (Monday – Friday) {Insert if necessary: upon
payment of an applicable fee for the Bidding Documents, pursuant to the latest Guidelines
issued by the GPPB, in the amount of [insert amount in Pesos].}
7. The National Irrigation Administration - Magat River Integrated Irrigation System Head
Office will hold a Pre-Bid Conference on September 8,2022, 9:00 AM at Conference Hall,
18
2nd Floor, NIA MARIIS Bldg., Minante I, Cauayan City, Isabela, which shall be open to all
short listed consultants. 1
Yours sincerely,
_________________________________
[Insert signature, name, and title of the
Procuring Entity’s Representative]
19
Bidding Documents
(MARIIS-HO-CS-2022-01)
20
Section II. Instructions to Bidders
TABLE OF CONTENTS
A. GENERAL .................................................................................................. 23
1. Introduction .......................................................................................................... 23
2. Conflict of Interest ............................................................................................... 23
3. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ................. 25
4. Consultant’s Responsibilities ............................................................................... 27
5. Origin of Associated Goods ................................................................................. 29
6. Subcontracts ......................................................................................................... 29
B. CONTENTS OF BIDDING DOCUMENTS ...................................................... 29
7. Pre-Bid Conference .............................................................................................. 30
8. Clarifications and Amendments to Bidding Documents ..................................... 30
C. PREPARATION OF BIDS ............................................................................. 31
9. Language of Bids ................................................................................................. 31
10. Documents Comprising the Bid: Technical Proposal ......................................... 31
11. Documents Comprising the Bid: Financial Proposal .......................................... 34
12. Alternative Bids .................................................................................................. 35
13. Bid Currencies .................................................................................................... 35
14. Bid Validity......................................................................................................... 35
15. Bid Security ........................................................................................................ 35
16. Format and Signing of Bids ................................................................................ 38
17. Sealing and Marking of Bids .............................................................................. 39
D. SUBMISSION OF BIDS ................................................................................ 39
18. Deadline for Submission of Bids ........................................................................ 40
19. Late Bids ............................................................................................................. 40
20. Modification and Withdrawal of Bids ................................................................ 40
E. EVALUATION AND COMPARISON OF BIDS................................................ 40
21. Process to be Confidential .................................................................................. 41
21
22. Clarification of Bids ............................................................................................ 42
23. Bid Evaluation .................................................................................................... 42
24. Opening and Evaluation of Technical Proposals ................................................ 42
25. Opening and Evaluation of Financial Proposals ................................................. 43
26. Negotiations ........................................................................................................ 44
27. Post Qualification................................................................................................ 45
28. Reservation Clause.............................................................................................. 46
F. AWARD OF CONTRACT ............................................................................. 47
29. Contract Award ................................................................................................... 47
30. Signing of the Contract ....................................................................................... 48
31. Performance Security .......................................................................................... 49
32. Notice to Proceed ................................................................................................ 50
33. Protest Mechanism…………………………………………………………... 53
22
A. General
1. Introduction
1.1. The Procuring Entity named in the Bid Data Sheet (BDS) shall select an
individual, sole proprietorship, cooperative, partnership, corporation, or a joint
venture (JV) (hereinafter referred to as “Consultant”) from among those short
listed, in accordance with the evaluation procedure specified in the BDS.
1.2. The Procuring Entity has received financing (hereinafter called “funds”) from the
source indicated in the BDS (hereinafter called the “Funding Source”) toward the
cost of the Project named in the BDS. The Procuring Entity intends to apply a
portion or the whole of the funds to payments for this Project.
1.3. Consultants are invited to submit bids composed of a technical proposal and a
financial proposal for Consulting Services required for this Project described in
the BDS. Bids shall be the basis for contract negotiations and ultimately for a
signed contract with the selected Consultant.
1.4. If the BDS indicates that the Project will be completed in phases, each phase must
be completed to the Procuring Entity’s satisfaction prior to the commencement of
the next phase.
1.5. Consultants must familiarize themselves with local conditions and take them into
account in preparing their bids. To obtain firsthand information on the project
and on the local conditions, Consultants are encouraged to visit the Procuring
Entity before submitting a bid and to attend the pre-bid conference specified in
ITB Clause 7.
1.6. The Consultants’ costs of preparing their bids and negotiating the contract,
including a visit to the Procuring Entity, are not reimbursable as a direct cost of
the project.
1.7. Consultants shall not be under a declaration of ineligibility for corrupt, fraudulent,
collusive, coercive or obstructive practices issued by the Funding Source or the
Procuring Entity in accordance with ITB Clause 3.1.
2. Conflict of Interest
2.1. The Funding Source’s policy requires that Consultants provide professional,
objective, and impartial advice and at all times hold the Procuring Entity’s
interests paramount, without any consideration for future work, and strictly avoid
situations where a conflict of interest shall arise with their other projects or their
own interests. Consultants shall not be hired for any project that would be in
conflict with their prior or current obligations to other entities, or that may place
them in a position of not being able to carry out the Project in the best interest of
23
the Procuring Entity. Without limitation on the generality of this rule, Consultants
shall not be hired under the circumstances set forth below:
2.2. Consultants shall not be related to the Head of the Procuring Entity (HoPE),
members of the BAC, the TWG, and the BAC Secretariat, the head of the PMO or
the end-user unit, and the project consultants, by consanguinity or affinity up to
the third civil degree. The prohibition shall apply as follows:
(b) If the Consultant is a partnership, then to all its officers and members;
(c) If the Consultant is a corporation, then to all its officers, directors and
controlling stockholders;
24
(e) If the Consultant is a JV, the provisions of items (a), (b), (c), or (d) of this
Section shall correspondingly apply to each of the members of the said
joint venture, as may be appropriate.
2.3. Subject to the provisions of ITB Clause 2, any previous or ongoing participation
by the Consultant, its professional staff, or its affiliates or associates under a
contract with the Funding Source or the Procuring Entity in relation to this Project
may result in the rejection of its bid. Consultants should clarify their situation in
that respect with the Procuring Entity before preparing its bid.
2.4. Failure by a Consultant to fully disclose potential conflict of interest at the time of
Bid submission, or at a later date in the event that the potential conflict arises after
such date, shall result in the Procuring Entity and/or the Funding Source seeking
the imposition of the maximum administrative, civil and criminal penalties up to
and including imprisonment.
2.6. Fairness and transparency in the selection process require that Consultants do not
derive unfair competitive advantage from having provided consulting services
related to the Project in question. To this end, the Procuring Entity shall make
available to all the short listed consultants together with the Bidding Documents
all information that would in that respect give each Consultant a competitive
advantage.
(a) defines, for purposes of this provision, the terms set forth below as
follows:
25
contract or transaction manifestly and grossly disadvantageous to
the same, whether or not the public officer profited or will profit
thereby, and similar acts as provided in Republic Act 3019.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned in
this Clause for purposes of competing for the contract.
3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under applicable laws on
26
individuals and organizations deemed to be involved in any of the practices
mentioned in ITB Clause 3.1(a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to
inspect and audit records and accounts of a Consultant in the bidding for and
performance of a contract themselves or through independent auditors as reflected
in the GCC Clause 51.
4. Consultant’s Responsibilities
4.1. The Consultant or its duly authorized representative shall submit a sworn
statement in the form prescribed in Section VII. Bidding Forms as required in
ITB Clause 10.2(d).
(a) Having taken steps to carefully examine all of the Bidding Documents;
(c) Having made an estimate of the facilities available and needed for this
Project, if any;
(e) Ensuring that it is not “blacklisted” or barred from bidding by the GoP or
any of its agencies, offices, corporations, or LGUs, including foreign
government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB;
(g) Authorizing the Head of the Procuring Entity or its duly authorized
representative/s to verify all the documents submitted;
(h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and perform
any and all acts necessary to participate, submit the bid, and to sign and
execute the ensuing contract, accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s
Certificate, whichever is applicable;
27
(j) Complying with existing labor laws and standards, in the case of
procurement of services. Moreover, bidder undertakes to:
(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
(k) Ensuring that it did not give or pay, directly or indirectly, any commission,
amount, fee, or any form of compensation, 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
Consultant concerned.
4.3. It shall be the sole responsibility of the prospective bidder to determine and to
satisfy itself by such means as it considers necessary or desirable as to all matters
pertaining to this Project, including: (a) the location and the nature of the contract,
project, or work; (b) climatic conditions; (c) transportation facilities; (c) nature
and condition of the terrain, geological conditions at the site communication
facilities, requirements, location and availability of construction aggregates and
other materials, labor, water, electric power and access roads; and (d) other
factors that may affect the cost, duration and execution or implementation of the
contract, project, or work.
28
4.4. The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the Consultant out of the data furnished by the
Procuring Entity. However, the Procuring Entity shall ensure that all information
in the Bidding Documents, including supplemental/bid bulletins issued are correct
and consistent.
4.5. Before submitting their bids, the Consultants are deemed to have become familiar
with all existing laws, decrees, ordinances, acts and regulations of the GoP which
may affect the contract in any way.
4.6. The Consultant 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.
4.7. Consultants should note that the Procuring Entity will only accept bids from those
that have paid the applicable fee for the Bidding Documents at the office
indicated in the Request for Expression of Interest.
6. Subcontracts
6.1. Unless otherwise specified in the BDS, the Consultant may subcontract portions
of the Consulting Services to an extent as may be approved by the Procuring
Entity and stated in the BDS. However, subcontracting of any portion shall not
relieve the Consultant from any liability or obligation that may arise from the
contract for this Project.
6.2. Subconsultant must comply with the eligibility criteria and the documentary
requirements specified in the BDS. In the event that any subconsultant is found by
the Procuring Entity to be ineligible, the subcontracting of such portion of the
Consulting Services shall be disallowed.
6.3. The Consultant may identify the subconsultant to whom a portion of the
Consulting Services will be subcontracted at any stage of the bidding process or
during contract implementation. If the Consultant opts to disclose the name of
the subconsultant during bid submission, the Consultant shall include the required
documents as part of the technical component of its bid. A subconsultant that is
identified by the Consultant during contract implementation must comply with the
eligibility criteria and documentary requirements and secure approval of the
Procuring Entity.
29
B. Contents of Bidding Documents
7. Pre-Bid Conference
7.1. 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 Consultants’ questions on the
technical and financial components of this Project.
7.2. 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 determination of the shortlisted consultants. 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.
7.3. Consultants are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of the
Consultant will in no way prejudice its bid; however, the Consultant 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 Bulleting. 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.
7.4. 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.
8.2. The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin
to be made available to all those who have properly secured the Bidding
Documents at least seven (7) calendar days before the deadline for the submission
and receipt of Bids.
8.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s
initiative for purposes of clarifying or modifying any provision of the Bidding
Documents not later than seven (7) calendar days before the deadline for the
submission and receipt of bids. Any modification to the Bidding Documents shall
be identified as an amendment.
30
8.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the
PhilGEPS and the website of the Procuring Entity concerned, if available and at
any conspicuous place in the premises of the Procuring Entity concerned. It shall
be the responsibility of all Consultants who have properly secured the Bidding
Documents to inquire and secure Supplemental/Bid Bulletins that may be issued
by the BAC. However, Consultants who have submitted bids before the issuance
of the Supplemental/Bid Bulletin must be informed and allowed to modify or
withdraw their bids in accordance with ITB Clause 20.
C. Preparation of Bids
9. Language of Bids
The eligibility requirements or statements, the bids, and all other documents to be
submitted to the BAC must be in English. If the eligibility requirements or statements, the
bids, and all other documents submitted to the BAC are in foreign language other than
English, it must be accompanied by a translation of the documents in English. The
documents shall be translated by the relevant foreign government agency, the foreign
government agency authorized to translate documents, or a registered translator in the
foreign bidder’s country; and 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. The English translation shall govern, for purposes of
interpretation of the bid.
(a) The Technical Proposal shall not include any financial information. Any
Technical Proposal containing financial information shall be declared non-
responsive.
31
(a) Technical Proposal Submission Form shall be the cover letter of the
Technical Proposal, using the form prescribed in Section VII. Bidding
Forms (TPF 1).
(b) Bid security as prescribed in ITB Clause 15. If the bidder opts to submit
the bid security in the form of:
32
Entity, if any, in addition to those shown on the Data Sheet that
may include support facilities such as: counterpart staff, office
space, local transportation, equipment, domestic administrative
support, etc. that would be needed to carry out the project.
(iv) An organization chart of the key and support staff indicating their
tasks and relationships amongst the Consultant and any partner
and/or subconsultant, the Procuring Entity, the Funding Source and
the GoP, and other parties or stakeholders, if any, involved in the
project using TPF 5. Team Composition and Task.
(vi) The Procuring Entity requires that each expert confirm that the
content of his/her CV is correct and the experts themselves should
sign the certification of the CV. In addition, the expert should
submit a signed written commitment stating that the expert shall
work for the Project once awarded the contract. A zero rating shall
be given to a nominated expert if the expert:
33
(viii) A work plan showing in graphical format (bar chart) the timing of
major activities, anticipated coordination meetings, and
deliverables such as reports required under the TOR using TPF 8.
Activity (Work) Schedule.
(d) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184
and using the form prescribed in Section VII. Bidding Forms.
11.2. The Financial Proposal requires completion of six (6) forms, particularly, FPF 1,
FPF 2, FPF 3, FPF 4, FPF 5, and FPF 6. FPF 1. Financial Proposal Submission
Form should form the covering letter of the Financial Proposal. Form FPF 2.
Summary of Costs FPF 3. Breakdown of Price per Activity, FPF 4. Breakdown
of Remuneration per Activity, FPF 5. Reimbursables per Activity, and FPF 6.
Miscellaneous Expenses, relate to the costs of consulting services under two
distinct categories, namely: (a) Remuneration; and (b) Reimbursable
Expenditures.
11.3. Remuneration is divided into billing rate estimates for international and domestic
consultants. Reimbursable Expenditures are divided into per diem rates for
international and domestic consultants and costs for other reimbursable
expenditure items required to perform the consulting services.
11.4. The list of experts, and their respective inputs, identified in Financial Proposal
Forms, must match the list of experts and their respective inputs shown in
Technical Proposal Forms.
11.5. The Consultant shall be subject to Philippine taxes on amounts payable by the
Procuring Entity under the contract through mandated withholding by local tax
authorities of specified percentages of such amounts or otherwise. The BDS
details the taxes payable.
11.6. The Financial Proposal should clearly estimate, as a separate amount, the local
taxes (including social security), duties, fees, levies, and other charges imposed
under the applicable law, on the Consultants, the subconsultants, and its personnel
(other than Philippine Nationals or permanent residents of the Philippines).
11.7. Unless otherwise provided in the BDS, total calculated bid prices, as evaluated
and corrected for minor arithmetical corrections, such as computational errors,
which exceed the approved budget for the contract (ABC) shall not be considered.
34
12. Alternative Bids
Consultants participating in more than one bid or associating with any other entity other
than those already provided in its eligibility documents and allowed by the Procuring
Entity shall be disqualified.
13.2. If so allowed in accordance with ITB Clause 13.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the amounts
in various currencies in which the bid price is expressed to Philippine Pesos at the
exchange rate as published in the Bangko Sentral ng Pilipinas (BSP) reference
rate bulletin on the day of the bid opening.
13.3. Unless otherwise specified in the BDS, payment of the contract price shall be
made in Philippine Pesos.
14.2. In exceptional circumstances, prior to the expiration of the bid validity period, the
Procuring Entity may request Consultants 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 15 should also be extended corresponding to the
extension of the bid validity period at the least. A Consultant may refuse the
request without forfeiting its bid security, but his bid shall no longer be
considered for further evaluation and award. A Consultant granting the request
shall not be required or permitted to modify its bid.
35
a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Two percent (2%)
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
36
15.2. 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.
15.3. No bid securities shall be returned to the Consultants 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 lapse of the reglementary period without having
filed a request for reconsideration or protest. Without prejudice on its forfeiture,
bid securities shall be returned only after the bidder with the Highest Rated
Responsive Bid (HRRB) 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 15.2.
15.4. Upon signing and execution of the contract pursuant to ITB Clause 31, and the
posting of the performance security pursuant to ITB Clause 32, the Consultant’s
bid security will be discharged, but in no case later than the bid security validity
period as indicated in ITB Clause 15.2.
(a) if a Consultant:
(i) withdraws its bid during the period of bid validity specified in ITB
Clause 15.2;
(ii) does not accept the correction of errors pursuant to ITB Clause
11.7;
(vi) allowing the use of one’s name, or using the name of another for
purposes of public bidding;
37
(viii) refusal or failure to post the required performance security within
the prescribed time;
(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.
(i) fails to sign the contract in accordance with ITB Clause 31;
16.2. Forms as mentioned in ITB Clause 16.1 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.
16.3. The Consultant shall prepare an original of the first and second envelopes as
described in ITB Clauses 10 and 11. In addition, the Consultant 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.
16.4. Each and every page of the Technical Proposal Submission Form and the
Financial Proposal Submission Form under Section ___ hereof shall be signed by
38
the duly authorized representative/s of the Consultant. Failure to do so shall be a
ground for the rejection of the bid.
16.5. Any interlineations, erasures, or overwriting shall be valid only if they are signed
or initialed by the duly authorized representative/s of the Consultant.
17.2. Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ - TECHNICAL PROPOSAL”
and “COPY NO. ___ – FINANCIAL PROPOSAL” and the outer envelope as
“COPY NO. ___”, respectively. These envelopes containing the original and the
copies shall then be enclosed in one single envelope.
17.3. 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.
(b) bear the name and address of the Consultant in capital letters;
(d) bear the specific identification of this bidding process indicated in the ITB
Clause 1.2; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids, in accordance with ITB Clause 18.
17.5. 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.
39
18. 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.
20.2. A Consultant may, through a letter of withdrawal, withdraw its bid after it has
been submitted, for valid and justifiable reason; provided that the letter of
withdrawal is received by the Procuring Entity prior to the deadline prescribed for
submission and receipt of bids. The letter of withdrawal must be executed by the
authorized representative of the Bidder identified in the Omnibus Sworn
Statement, a copy of which should be attached to the letter.
20.3 Bids requested to be withdrawn in accordance with ITB Clause 20.1 shall be
returned unopened to the Bidders. A Consultant, who has acquired the bidding
documents, may also express its intention not to participate in the bidding through
a letter which should reach and be stamped by the BAC before the deadline for
submission and receipt of bids. A Consultant that withdraws its bid shall not be
permitted to submit another bid, directly or indirectly, for the same contract.
20.4 No bid may be modified after the deadline for submission of bids. No bid may be
withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Consultant on the
Financial Bid Form. Withdrawal of a bid during this interval shall result in the
forfeiture of the Consultant’s bid security, pursuant to ITB Clause 15.5, and the
imposition of administrative, civil, and criminal sanctions as prescribed by R.A.
9184 and its IRR.
21.2 The BAC shall open the bids immediately after the deadline for the submission
and receipt of bids in public, 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 on the next working day
or at the soonest possible time through the issuance of a Bulletin to be posted at
the PhilGEPS website and the website of the Procuring Entity concerned.
21.3 To determine each bidder’s compliance with the documents prescribed in ITB
Clause 10, the BAC shall open the first envelope (Technical Proposal) and check
the submitted documents of each bidder in accordance with ITB Clause 10.2 to
ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If
a bidder submits the required document, it shall be rated “passed” for that
particular requirement. In this regard, bids that fail to include any requirement or
are incomplete or patently insufficient shall be considered as “failed”. Otherwise,
the BAC shall rate the said first bid envelope as “passed”.
21.4 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
Consultant unopened
21.5 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.
21.6 All technical envelopes shall be resealed. Those rated “passed” shall be secured
for the detailed technical bid evaluation, while those rated “failed” will be secured
for purposes of possible filing of a request for reconsideration unless the bidder
waives its right to file a request for reconsideration, in which case, the envelope
shall be returned to the bidder immediately.
21.7 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.
41
with any Consultant regarding the evaluation of their bids until the approval by
the HOPE of the ranking of shortlisted Consultants, unless otherwise allowed in
the BDS or in the case of ITB Clause 23.
22.2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s
decision in respect of bid evaluation, bid comparison or contract award will result
in the rejection of the Consultant’s bid.
24.3 The entire evaluation process, including the submission of the results thereof to the
HoPE for approval, shall be completed in not more than twenty-one (21) calendar
days after the deadline for receipt of bids. The bid with the highest rank shall be
identified as the Highest Rated Bid. The HoPE shall approve or disapprove the
recommendations of the BAC within two (2) calendar days after receipt of the
results of the evaluation from the BAC.
24.4 All participating short listed consultants shall be furnished the results (ranking
and total scores only) of the evaluation after the approval by the HoPE of the
ranking. Said results shall also be posted in the PhilGEPS and the website of the
Procuring Entity, if available, for a period of not less than seven (7) calendar
days.
42
25.1 The BAC shall then conduct a detailed evaluation of technical bids following the
procedures specified in the BDS depending on the evaluation procedure identified
in the Request for Expression of Interest and ITB Clause 1.1.
25.2 The BAC evaluates the Technical Proposals on the basis of their compliance with
the requirements under ITB Clause 10 and responsiveness to the TOR using the
following criteria:
(c) Plan of approach and methodology with emphasis on the clarity, feasibility,
innovativeness and comprehensiveness of the plan approach, and the quality
of interpretation of project problems, risks, and suggested solutions.
25.3 The BAC shall assign numerical weights and the minimum required technical
score to each of the above criteria which shall be indicated in the BDS. A Bid
shall be rejected at this stage if it does not respond to important aspects of the
TOR or if it fails to achieve the minimum Technical Score (St) indicated in the
BDS.
25.4 Technical Proposals shall not be considered for evaluation in any of the following
cases:
(a) late submission, i.e., after the deadline set in the ITB Clause 18;
(b) failure to submit any of the technical requirements provided under this ITB
and TOR;
(c) the Consultant that submitted a Bid or any of its partner and/or
subconsultant belongs to one of the conflict of interest cases as described in
ITB Clauses 2.1(k) to (c) and failed to make a proper statement to that effect
in the cover letter; or
43
26.1 Financial Proposals shall be opened on the date indicated in the BDS.
26.2 The Financial Proposals opened shall be evaluated based on the evaluation
procedure indicated in ITB Clause 1.1 using the corresponding procedure
provided in the BDS.
27 Negotiations
27.1 Negotiations with the Consultant that submitted the Highest Rated Bid shall be
held at the address indicated in the BDS. The aim is to reach agreement on all
points.
(b) Discussion and finalization of the methodology and work program proposed
by the Consultant;
(e) Unless otherwise indicated in the BDS, discussion on the Financial Proposal
submitted by the Consultant; and
27.3 Having selected the Consultant on the basis of, among other things, an evaluation
of the proposed key professional staff, the Procuring Entity expects to negotiate a
contract on the basis of the experts named in the bid. Before contract
negotiations, the Procuring Entity shall require assurances that the experts shall be
actually available. The Procuring Entity shall not consider substitutions during
contract negotiations except for justifiable reason as may be determined by the
Procuring Entity, such as illness, death, or resignation, unless both parties agree
that undue delay in the selection process makes such substitution unavoidable or
that such changes are critical to meet the objectives of the Project. If this is not
the case and if it is established that key staff were offered in the bid without
confirming their availability, the Consultant may be disqualified. Once the
contract has been awarded, no replacement shall be allowed until after fifty
percent (50%) of the personnel’s man-months have been served, except for
justifiable reasons as may be determined by the Procuring Entity. Violators shall
be fined an amount equal to the refund of the replaced personnel’s basic rate,
44
which should be at least fifty percent (50%) of the total basic rate for the duration
of the engagement.
27.4 Negotiations shall include a discussion of the technical proposal, the proposed
methodology (work plan), staffing and any suggestions made by the Consultant to
improve the TOR. The Procuring Entity and Consultant shall then work out the
final TOR, staffing, and bar charts indicating activities, staff, periods in the field
and in the home office, staff-months, logistics, and reporting. The agreed work
plan and final TOR shall then be incorporated in Appendix I and form part of the
contract. Special attention shall be paid to getting the most the Consultant can
offer within the available budget and to clearly defining the inputs required from
the Procuring Entity to ensure satisfactory implementation of the Project.
27.5 The financial negotiations shall include a clarification of the Consultant’s tax
liability in the Philippines, if any, and the manner in which it shall be reflected in
the contract; and shall reflect the agreed technical modifications in the cost of the
services. The negotiations shall conclude with a review of the draft form of the
contract. To complete negotiations, the Procuring Entity and the Consultant shall
initial the agreed contract. If negotiations fail, the Procuring Entity shall invite the
Consultant whose Bid received the second highest score to negotiate a contract. If
negotiations still fail, the Procuring Entity shall repeat the process for the next-in-
rank Consultant until the negotiation is successfully completed.
28 Post Qualification
28.1 The BAC shall determine to its satisfaction whether the Consultant that is
evaluated as having submitted the Highest Rated Bid (HRB) complies with and is
responsive to all the requirements and conditions specified in the Eligibility
Documents and ITB Clauses 10 and 11.
28.2 Within a non-extendible period of five (5) calendar days from receipt by the
Consultant of the notice from the BAC that it submitted the Highest Rated Bid,
the Consultant shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (EFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
45
28.4 If the BAC determines that the Consultant with the Highest Rated Bid passes all
the criteria for post-qualification, it shall declare the said bid as the Consultant
with the HRRB, and recommend to the HoPE the award of contract to the said
Consultant at its submitted price or its calculated bid price, whichever is lower,
subject to ITB Clause 30.3.
28.5 A negative determination shall result in rejection of the Consultant’s bid, in which
event the BAC shall proceed to the next Highest Rated Bid with a fresh period to
make a similar determination of that Consultant’s capabilities to perform
satisfactorily. If the second Consultant, however, fails the post qualification, the
procedure for post qualification shall be repeated for the Consultant with the next
Highest Rated Bid, and so on until the HRRB is determined for recommendation
of contract award.
28.6 Within a period not exceeding fifteen (15) calendar days from the determination
by the BAC of the HRRB and the recommendation to award the contract, the
HoPE or his duly authorized representative shall approve or disapprove the said
recommendation.
28.7 In the event of disapproval, which shall be based on valid, reasonable, and
justifiable grounds as provided for under Section 41 of the IRR of RA 9184, the
HoPE shall notify the BAC and the Consultant in writing of such decision and the
grounds for it. When applicable, the BAC shall conduct negotiations, and if
successful, post-qualification of the Consultant with the next Highest Rated Bid.
A request for reconsideration may be filed by the bidder with the HoPE in
accordance with Section 37.1.3 of the IRR of RA 9184.
29 Reservation Clause
29.1 Notwithstanding the eligibility, short listing, or post-qualification of a Consultant,
the Procuring Entity concerned reserves the right to review its qualifications at
any stage of the procurement process if it has reasonable grounds to believe that a
misrepresentation has been made by the said Consultant, or that there has been a
change in the Consultant’s capability to undertake this Project from the time it
submitted its eligibility requirements. Should such review uncover any
misrepresentation made in the eligibility and bidding requirements, statements or
documents, or any changes in the situation of the Consultant which will affect its
capability to undertake the project so that it fails the preset eligibility or bid
evaluation criteria, the Procuring Entity shall consider the said Consultant as
ineligible and shall disqualify it from submitting a bid or from obtaining an award
or contract.
29.2 Based on the following grounds, the Procuring Entity reserves the right to reject
any and all bids, declare a failure of bidding at any time prior to the contract
award, or not to award the contract, without thereby incurring any liability, and
make no assurance that a contract shall be entered into as a result of the bidding:
46
(a) If there is prima facie evidence of collusion between appropriate public
officers or employees of the Procuring Entity, or between the BAC and any
of the bidders, or if the collusion is between or among the bidders
themselves, or between a bidder and a third party, including any act which
restricts, suppresses or nullifies or tends to restrict, suppress or nullify
competition;
(b) If the Procuring Entity’s BAC is found to have failed in following the
prescribed bidding procedures; or
(c) For any justifiable and reasonable ground where the award of the contract
will not redound to the benefit of the GoP as follows:
(iii) If the source of funds for the project has been withheld or reduced
through no fault of the Procuring Entity.
29.3 In addition, the Procuring Entity may likewise declare a failure of bidding when:
(c) All bids fail to comply with all the bid requirements or there is no successful
negotiation, or fail post-qualification; or
(d) The bidder with the HRRB refuses, without justifiable cause to accept the
award of contract, and no award is made in accordance with Section 40 of
the IRR of RA 9184.
F. Award of Contract
30.2 Prior to the expiration of the period of bid validity, the Procuring Entity shall
notify the successful Consultant in writing that its bid has been accepted, through
a Notice of Award duly received by the Consultant or its authorized representative
personally or by registered mail or electronically, receipt of which must be
confirmed in writing within two (2) days by the Consultant with the HRRB and
47
submitted personally or sent by registered mail or electronically to the Procuring
Entity.
30.3 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 the (10) calendar days
from receipt of the Notice of Award:
(b) Posting of the performance security in accordance with ITB Clause 32;
31.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful
Bidder shall post the required performance security and sign and date the contract
and return it to the Procuring Entity.
31.3 The Procuring Entity shall enter into contract with the successful Bidder within
the same ten (10) calendar day period provided that all the documentary
requirements are complied with.
48
(3) Winning bidder’s bid, including the Technical and Financial Proposals,
and all other documents/statements submitted (e.g., bidder’s response to
request for clarifications on the bid), including corrections to the bid, if
any, resulting from the Procuring Entity’s bid evaluation;
(6) Other contract documents that may be required by existing laws and/or
specified in the BDS.
32.2 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:
49
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 Thirty percent (30%)
insurance company duly
certified by the Insurance
Commission as authorized to
issue such security.
33.2 The contract effectivity date shall be the date of contract signing. The Consultant
shall commence performance of its obligations only upon receipt of the Notice to
Proceed.
50
Section III. Bid Data Sheet
The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, the
applicable rules regarding bid price and currency, and the bid evaluation criteria that will
apply to the bids. In preparing Section III, the following aspects should be checked:
51
Bid Data Sheet
ITB
Clause
5 No further instructions.
7.1 The Procuring Entity will hold a pre-bid conference for this Project on September
8, 2022, 9:00 AM at Conference Room, 2nd floor, NIA-MARIIS Bldg. Minante
1, Cauayan City, Isabela.
1.1 Must be in active practice / operational for at least five (5) years
52
1.2 Must have at least five (5) years of consulting experience with contract
documents of in: any similar projects belonging to Group C-Division C-1
of Section 701 of the IRR of PD 1096.
1.3 Must have previously handled/managed the following design for Training
Facilities or similar projects belonging to Group C-Division C-1 of
Section 701 of the IRR of PD 1096:
Expert Qualifications
Qualifications
1-Project Cost With at least three (3) projects with five (5) years
Engineer/ relevant experience in bill of quantities and estimates of
53
Architect project cost for at least three storey building.
1- Geodetic With at least three (3) projects within three (3) years
Engineer relevant experience in lot survey for buildings
1- Geotechnical With at least (5) projects within five (5) years relevant
Engineer experience in soil testing.
2 – CADD With at least three (3) projects within five (5) years
Operator/ relevant experience in Computer Aided Design and
Draftsman Drafting (CADD) proposed/ as-built plans for at least
three- storey high building
The commissioned Design professionals shall have at least five (5) years
experience with solid background in Architectural and Engineering
Design of Training Facilities or any similar projects belonging to Group C-
1 of the PD 1096.
11.5 Taxes:
11.7 The ABC is Three Million Five Hundred Forty-Eight Thousand Seven Hundred
Twenty-Five Pesos (PhP 3,548,725.00) being the Approved Budget for the Contract
(ABC). Any bid with a financial component exceeding this amount shall not be
accepted.
14.1 Bids will be valid until 120 Days from Opening of Bids.
15.1 The bid security shall be limited to a Bid Securing Declaration or any of the
following forms and amounts:
1. The amount of not less than PhP 70,974.50 (2% of ABC), if bid security is in
cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit; or
2. The amount of not less than PhP 177,436.25 (5% of ABC), if bid security is in
Surety Bond.
15.2 The bid security shall be valid until 120 days from opening of bids.
54
17.1 No further instructions.
17.3 Each Bidder shall submit one (1) original and two (2) Duplicate copies of the first
and second components of its bid.
18 The address for submission of bids is at Conference Room, 2nd floor, NIA-
MARIIS Bldg., Minante 1, Cauayan City, Isabela.
21.2 The time and address for opening of Technical Proposal of shortlisted Consultants
will be on September 20, 2022 at 9:00 AM at Conference Room, 2nd floor,
NIA-MARIIS Bldg. Minante 1, Cauayan City, Isabela or through video
conferencing meet.google.com/pue-vfpc-msr.
22.1 No further instruction.
25.3 The numerical weight and the minimum required St for each criterion are as
follows:
a. Quality of Personnel – 45%
b. Experience and Capability of Consultant – 30%
c. Plan of Approach and Methodology – 25%
The attention of the Consultant is drawn to Technical Proposal Forms – Bids must
adhere to the maximum number of pages outlined in Clause 10.2(b).
26.1 The time and address for opening of Financial Proposal of qualified Consultants
will be on September 27, 2022, Tuesday, at 9:00 AM at Conference Room, 2nd
floor, NIA-MARIIS Bldg., Minante 1, Cauayan City, Isabela or through video
conferencing meet.google.com/xyz-rumr-ymm.
27.1 The address for negotiations is at Conference Room, 2nd floor, NIA-MARIIS
Bldg., Minante 1, Cauayan City, Isabela.
27.2(e) If the evaluation procedure mentioned in ITB Clause 1.1 is QCBE, state the
following:
55
31.4.6 “No additional requirement.”
56
Section IV. General Conditions of
Contract
The GCC herein shall not be altered. Any changes and complementary information, which
may be needed, shall be introduced only through the SCC in Section V.
57
TABLE OF CONTENTS
1. DEFINITIONS ............................................................................................. 61
2. HEADINGS ................................................................................................. 62
3. LOCATION ................................................................................................. 62
4. LAW GOVERNING CONTRACT AND SERVICES ........................................... 62
5. LANGUAGE ............................................................................................... 63
6. CONSULTANTS AND AFFILIATES NOT TO ENGAGE IN CERTAIN
ACTIVITIES ............................................................................................... 63
7. AUTHORITY OF MEMBER IN CHARGE ........................................................ 63
8. RESIDENT PROJECT MANAGER ................................................................. 63
9. ENTIRE AGREEMENT ................................................................................. 63
10. MODIFICATION.......................................................................................... 64
11. RELATIONSHIP OF PARTIES ....................................................................... 64
12. AUTHORIZED REPRESENTATIVES .............................................................. 64
13. GOOD FAITH ............................................................................................. 64
14. OPERATION OF THE CONTRACT ................................................................. 64
15. NOTICES.................................................................................................... 65
16. WARRANTY AS TO ELIGIBILITY ................................................................. 65
17. CONFIDENTIALITY .................................................................................... 65
18. PAYMENT .................................................................................................. 65
19. CURRENCY OF PAYMENT .......................................................................... 66
20. LIABILITY OF THE CONSULTANT ............................................................... 66
21. INSURANCE TO BE TAKEN OUT BY THE CONSULTANT ............................... 66
22. EFFECTIVITY OF CONTRACT ...................................................................... 66
23. COMMENCEMENT OF SERVICES ................................................................. 66
24. EXPIRATION OF CONTRACT ....................................................................... 66
25. FORCE MAJEURE ....................................................................................... 66
26. SUSPENSION .............................................................................................. 68
58
27. TERMINATION BY THE PROCURING ENTITY ............................................... 68
28. TERMINATION BY THE CONSULTANT ........................................................ 70
29. PROCEDURES FOR TERMINATION OF CONTRACTS ..................................... 70
30. CESSATION OF SERVICES .......................................................................... 71
31. PAYMENT UPON TERMINATION ................................................................ 71
32. DISPUTES ABOUT EVENTS OF TERMINATION ............................................. 72
33. CESSATION OF RIGHTS AND OBLIGATIONS................................................ 72
34. DISPUTE SETTLEMENT .............................................................................. 72
35. DOCUMENTS PREPARED BY THE CONSULTANT AND SOFTWARE
DEVELOPED TO BE THE PROPERTY OF THE PROCURING ENTITY ................ 72
36. EQUIPMENT AND MATERIALS FURNISHED BY THE PROCURING ENTITY .... 73
37. SERVICES, FACILITIES AND PROPERTY OF THE PROCURING ENTITY .......... 73
38. CONSULTANT’S ACTIONS REQUIRING PROCURING ENTITY’S PRIOR
APPROVAL ................................................................................................ 74
39. PERSONNEL ............................................................................................... 74
40. WORKING HOURS, OVERTIME, LEAVE, ETC. ............................................. 75
41. COUNTERPART PERSONNEL ...................................................................... 76
42. PERFORMANCE SECURITY ......................................................................... 76
43. STANDARD OF PERFORMANCE .................................................................. 77
44. CONSULTANT NOT TO BENEFIT FROM COMMISSIONS, DISCOUNTS, ETC.... 77
45. PROCUREMENT BY THE CONSULTANT ....................................................... 78
46. SPECIFICATIONS AND DESIGNS ................................................................. 78
47. REPORTS ................................................................................................... 78
48. ASSISTANCE BY THE PROCURING ENTITY ON GOVERNMENT
REQUIREMENTS ........................................................................................ 78
49. ACCESS TO LAND ...................................................................................... 79
50. SUBCONTRACT .......................................................................................... 79
51. ACCOUNTING, INSPECTION AND AUDITING ............................................... 79
52. CONTRACT COST ...................................................................................... 80
53. REMUNERATION AND REIMBURSABLE EXPENDITURES ............................. 80
59
54. FINAL PAYMENT ....................................................................................... 81
55. LUMP SUM CONTRACTS ............................................................................ 82
56. LIQUIDATED DAMAGES FOR DELAY.......................................................... 83
60
1. Definitions
1.1 Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having the
force of law in the Philippines as they may be issued and enforced from
time to time.
(b) “Consultant” refers to the short listed consultant with the HRRB
determined by the Procuring Entity as such in accordance with the ITB.
(d) “Contract” means the agreement signed by the Parties, to which these
General Conditions of Contract (GCC) and other sections of the Bidding
Documents are attached.
(e) “Effective Date” means the date on which this Contract comes into full
force and effect.
(f) “Foreign Currency” means any currency other than the currency of the
Philippines.
(k) “Member,” in case the Consultant is a Joint Venture (JV) of two (2) or
more entities, means any of these entities; and “Members” means all these
entities.
(l) “Party” means the Procuring Entity or the Consultant, as the case may be,
and “Parties” means both of them.
61
Services or any part thereof; “Foreign Personnel” means such persons who
at the time of being so hired had their domicile outside the Government’s
country; “Local Personnel” means such persons who at the time of being
so hired had their domicile inside the Philippines; and “Key Personnel”
means the Personnel referred to in GCC Clause 39.
(o) “SCC” means the Special Conditions of Contract by which the GCC may
be amended or supplemented.
(r) “Third Party” means any person or entity other than the Government, the
Procuring Entity, the Consultant or a Subconsultant.
2. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
3. Location
The Services shall be performed at such locations as are specified in Appendix I and,
where the location of a particular task is not so specified, at such locations, whether in the
Philippines or elsewhere, as the Procuring Entity may approve.
4.2 The Consultant shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Subconsultant, as well as the
Personnel of the Consultant and any Subconsultant, complies with the Applicable
Law. The Procuring Entity shall notify the Consultant in writing of relevant local
customs, and the Consultant shall, after such notification, respect such customs.
4.3 If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost incurred by the
62
Consultant in performing the Services, then the remuneration and reimbursable
expenses otherwise payable to the Consultant under this Contract shall be
increased or decreased on a no loss-no gain basis, and corresponding adjustments
shall be made to the ceiling amounts specified in GCC Clause 52, provided that
the cost is within the Approved Budget for the Contract (ABC).
5. Language
This Contract has been executed in the English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.
6.2 The Consultant shall not engage, and shall cause their Personnel as well as their
Subconsultants and their Personnel not to engage, either directly or indirectly, in
any of the following activities:
(a) during the term of this Contract, any business or professional activities in
the Government’s country which would conflict with the activities
assigned to them under this Contract; and
(b) after the termination of this Contract, such other activities as may be
specified in the SCC.
9. Entire Agreement
63
This Contract, including the documents specified in Section 37.2.3 of the IRR of RA
9184, contains all covenants, stipulations and provisions agreed by the Parties. No agent
or representative of either Party has authority to make any statement, representation,
promise, or agreement not set forth herein of which the Parties shall not be bound by or
be liable for.
10. Modification
Unless otherwise specified in the SCC, no modification of the terms and conditions of
this Contract, including any modification of the scope of the Services shall be allowed.
Pursuant to GCC Clause 14 hereof, however, each Party shall give due consideration to
any proposal for modification made by the other Party.
11.2 The Consultant shall during the performance of the Services be an independent
contractor, retaining complete control over its Personnel, conforming to all
statutory requirements with respect to all its employees, and providing all
appropriate employee benefits.
64
shall give rise to a dispute subject to arbitration in accordance with GCC Clause 34
hereof.
15. Notices
15.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when received by the concerned party, either
in person or through an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telex, telegram or
facsimile to such Party at the address specified in the SCC.
15.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SCC with respect to
GCC Clause 15.2.
16.2 The Consultant shall fulfill its obligations under this Contract by using knowledge
according to the best accepted professional standards. The Consultant shall
exercise all reasonable skill, care and diligence in the discharge of duties agreed
to be performed and shall work in the best interest of the GoP.
17. Confidentiality
Except with the prior written consent of the Procuring Entity, the Consultant and the
Personnel shall not at any time communicate to any person or entity any confidential
information acquired in the course of the Services, nor shall the Consultant and the
Personnel make public the recommendations formulated in the course of, or as a result of,
the Services. For purposes of this clause, “confidential information” means any
information or knowledge acquired by the Consultant and/or its Personnel arising out of,
or in connection with, the performance of the Services under this Contract that is not
otherwise available to the public.
18. Payment
18.1 In consideration of the Services performed by the Consultant under this Contract,
the Procuring Entity shall make to the Consultant such payments and in such
manner as is provided by GCC Clause 53 of this Contract. However, the
65
Procuring Entity may refuse to make payments when the terms and conditions of
the contract are not satisfactorily performed by the Consultant.
18.2 Subject to the ceilings specified in GCC Clause 52 hereof, the Procuring Entity
shall pay to the Consultant: (i) remuneration as set forth in GCC Clause 53.2; and
(ii) reimbursable expenditures as set forth in GCC Clause 53.4. Said
remuneration shall not be subject to price adjustment.
18.3 All payments under this Contract shall be made to the account of the Consultant
specified in the SCC.
66
25.1 For purposes of this Contract the terms “force majeure” and “fortuitous event”
may be used interchangeably. In this regard, a fortuitous event or force majeure
shall be interpreted to mean an event which the Consultant could not have
foreseen, or which though foreseen, was inevitable. It shall not include ordinary
unfavorable weather conditions; and any other cause the effects of which could
have been avoided with the exercise of reasonable diligence by the Consultant.
25.2 The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of force majeure, provided that the Party affected by
such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.
25.3 Unless otherwise agreed herein, force majeure shall not include:
(b) any event which a diligent Party could reasonably have been expected to
both take into account at the time of the conclusion of this Contract and
avoid or overcome in the carrying out of its obligations hereunder;
(d) the Procuring Entity’s failure to review, approve or reject the outputs of
the Consultant beyond a reasonable time period.
25.4 A Party affected by an event of force majeure shall take all reasonable measures
to remove such Party’s inability to fulfill its obligations hereunder immediately or
within a reasonable time.
25.5 A Party affected by an event of force majeure shall notify the other Party of such
event as soon as possible, and in any event not later than fifteen (15) days
following the occurrence of such event, providing evidence of the nature and
cause of such event, and shall similarly give notice of the restoration of normal
conditions as soon as possible.
25.6 The Parties shall take all reasonable measures to minimize the consequences of
any event of force majeure.
25.7 Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a direct and proximate result of force
majeure.
67
25.8 During the period of their inability to perform the Services as a direct and
proximate result of an event of force majeure, the Consultant shall be entitled to
continue receiving payment under the terms of this Contract as well as to be
reimbursed for additional costs reasonably and necessarily incurred by it during
such period for the purposes of the Services and in reactivating the Services after
the end of such period, provided that such costs are still within the total contract
price. However, the foregoing provision shall not apply if the Procuring Entity
suspends or terminates this Contract in writing, notice thereof duly received by
the Consultant, pursuant to GCC Clauses 26 and 27 hereof with the exception of
the direct and proximate result of force majeure.
25.9 Not later than fifteen (15) days after the Consultant, as the direct and proximate
result of an event of force majeure, has become unable to perform a material
portion of the Services, the Parties shall consult with each other with a view to
agreeing on appropriate measures considering the circumstances.
25.10 In the case of disagreement between the parties as to the existence, or extent of
force majeure, the matter shall be submitted to arbitration in accordance with
GCC Clause 34 hereof.
26. Suspension
26.1 The Procuring Entity shall, by written notice of suspension to the Consultant,
suspend all payments to the Consultant hereunder if the Consultant fail to perform
any of their obligations due to their own fault or due to force majeure or other
circumstances beyond the control of either party (e.g. suspension of civil works
being supervised by the consultant) under this Contract, including the carrying out
of the Services, provided that such notice of suspension:
(b) shall request the Consultant to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultant of such notice of
suspension.
26.2 The Consultant may, without prejudice to its right to terminate this Contract
pursuant to GCC Clause 28, by written notice of suspension, suspend the Services
if the Procuring Entity fails to perform any of its obligations which are critical to
the delivery of the Consultant’s services such as, non-payment of any money due
the Consultant within forty-five (45) days after receiving notice from the
Consultant that such payment is overdue.
68
(a) Outside of force majeure, the Consultant fails to deliver or perform the
Outputs and Deliverables within the period(s) specified in the Contract, or
within any extension thereof granted by the Procuring Entity pursuant to a
request made by the Consultant prior to the delay;
(c) In whole or in part, at any time for its convenience, the HoPE may
terminate the Contract for its convenience if he has determined the
existence of conditions that make Project Implementation economically,
financially or technically impractical and/or unnecessary, such as, but not
limited to, fortuitous event(s) or changes in law and National Government
policies;
(e) In case it is determined prima facie that the Consultant has engaged,
before or during the implementation of this Contract, in unlawful deeds
and behaviors relative to contract acquisition and implementation, such as,
but not limited to, the following: corrupt, fraudulent, collusive, coercive,
and obstructive practices; drawing up or using forged documents; using
adulterated materials, means or methods, or engaging in production
contrary to rules of science or the trade; and any other act analogous to the
foregoing. For purposes of this clause, corrupt, fraudulent, collusive,
coercive, and obstructive practices shall have the same meaning as that
provided in ITB Clause 3.1(a):
(g) The Consultant’s failure to comply with any final decision reached as a
result of arbitration proceedings pursuant to GCC Clause 34 hereof; or
(h) The Consultant fails to perform any other obligation under the Contract.
69
27.2 In case of termination, written notice shall be understood to mean fifteen (15)
days for short term contracts, i.e., four (4) months or less, and thirty (30) days for
long term contracts.
(a) The Procuring Entity is in material breach of its obligations pursuant to this
Contract and has not remedied the same within sixty (60) calendar days following
its receipt of the Consultant’s notice specifying such breach;
(b) The Procuring Entity’s failure to comply with any final decision reached as a
result of arbitration pursuant to GCC Clause 34 hereof
(c) As the direct and proximate result of force majeure, the Consultant is unable to
perform a material portion of the Services for a period of not less than sixty (60)
days; or
(d) The Procuring Entity fails to pay any money due to the Consultant pursuant to this
Contract and not subject to dispute pursuant to GCC Clause 32 hereof within
eighty four (84) days after receiving written notice from the Consultant that such
payment is overdue.
(a) Upon receipt of a written report of acts or causes which may constitute ground(s)
for termination as aforementioned, or upon its own initiative, the Procuring Entity
shall, within a period of seven (7) calendar days, verify the existence of such
ground(s) and cause the execution of a Verified Report, with all relevant evidence
attached;
(b) Upon recommendation by the Procuring Entity, the HoPE shall terminate this
Contract only by a written notice to the Consultant conveying such termination.
The notice shall state:
(i) that the contract is being terminated for any of the ground(s) afore-
mentioned, and a statement of the acts that constitute the ground(s)
constituting the same;
70
(iii) an instruction to the Consultant to show cause as to why the contract
should not be terminated; and
(c) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Consultant shall submit to the HoPE a verified position paper
stating why this Contract should not be terminated. If the Consultant fails to
show cause after the lapse of the seven (7) day period, either by inaction or by
default, the HoPE shall issue an order terminating this Contract;
(d) The Procuring Entity may, at anytime before receipt of the Consultant’s verified
position paper to withdraw the Notice to Terminate if it is determined that certain
services subject of the notice had been completed or performed before the
Consultant’s receipt of the notice;
(e) Within a non-extendible period of ten (10) calendar days from receipt of the
verified position paper, the HoPE shall decide whether or not to terminate this
Contract. It shall serve a written notice to the Consultant of its decision and,
unless otherwise provided, this Contract is deemed terminated from receipt of the
Consultant of the notice of decision. The termination shall only be based on the
ground(s) stated in the Notice to Terminate; and
(f) The HoPE may create a Contract Termination Review Committee (CTRC) to
assist him in the discharge of this function. All decisions recommended by the
CTRC shall be subject to the approval of the HoPE.
71
(b) reimbursable expenditures pursuant to GCC Clause 53 hereof for expenditures
actually incurred prior to the effective date of termination; and
(c) in the case of termination pursuant to GCC Clause 27(b) hereof, reimbursement
of any reasonable cost incident to the prompt and orderly termination of this
Contract including the cost of the return travel of the Personnel and their eligible
dependents.
(a) such rights and obligations as may have accrued on the date of termination or
expiration;
(b) the obligation of confidentiality set forth in GCC Clause 17 hereof; and
(c) the Consultant’s obligation to permit inspection, copying and auditing of their
accounts and records set forth in GCC Clauses 51(b) and 51(c) hereof, any right
which a Party may have under the Applicable Law.
34.2 Any and all disputes arising from the implementation of this Contract shall be
submitted to arbitration in accordance with the rules of procedure specified in the
SCC.
72
shall, prior to termination or expiration of this Contract, deliver all such
documents to the Procuring Entity, together with a detailed inventory thereof. The
Consultant may retain a copy of such documents and software. The plans,
drawings, specifications, designs, reports, other documents and software,
including restrictions on future use of such documents and software, if any, shall
be specified in the SCC.
35.2 All computer programs developed by the Consultant under this Contract shall be
the sole and exclusive property of the Procuring Entity; provided, however, that
the Consultant may use such programs for its own use with prior written approval
of the Procuring Entity. If license agreements are necessary or appropriate
between the Consultant and third parties for purposes of development of any such
computer programs, the Consultant shall obtain the Procuring Entity’s prior
written approval to such agreements. In such cases, the Procuring Entity shall be
entitled at its discretion to require recovering the expenses related to the
development of the program(s) concerned.
(a) any time extension that it may be appropriate to grant to the Consultant for the
performance of the Services;
(b) the manner in which the Consultant shall procure any such services, facilities and
property from other sources; and
(c) the additional payments, if any, to be made to the Consultant as a result thereof
pursuant to GCC Clause 52 hereinafter which should be within the agreed
contract ceiling.
73
38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval
The Consultant shall obtain the Procuring Entity’s prior approval in writing before taking
any of the following actions:
(a) appointing such members of the Personnel as are listed in Appendix III merely by
title but not by name;
(b) entering into a subcontract for the performance of any part of the Services, it
being understood that:
(i) the selection of the Subconsultant and the terms and conditions of the
subcontract shall have been approved in writing by the Procuring Entity
prior to the execution of the subcontract; and
(ii) the Consultant shall remain fully liable for the performance of the Services
by the Subconsultant and its Personnel pursuant to this Contract;
(c) replacement, during the performance of the contract for any reason, of any
Personnel as listed in Appendix III of this Contract requiring the Procuring
Entity’s prior approval; and
39. Personnel
39.1 The Consultant shall employ and provide such qualified and experienced
Personnel and Subconsultants as are required to carry out the Services.
39.2 The title, agreed job description, minimum qualification and estimated period of
engagement in the carrying out of the Services of each of the Consultant’s Key
Personnel are described in Appendix III.
39.3 The Key Personnel and Subconsultants listed by title as well as by name in
Appendix III are hereby approved by the Procuring Entity. In respect of other
Key Personnel which the Consultant proposes to use in the carrying out of the
Services, the Consultant shall submit to the Procuring Entity for review and
approval a copy of their biographical data and, in the case of Key Personnel to be
assigned within the GoP, a copy of a satisfactory medical certificate attached as
part of Appendix III. If the Procuring Entity does not object in writing; or if it
objects in writing but fails to state the reasons for such objection, within twenty-
one (21) calendar days from the date of receipt of such biographical data and, if
applicable, such certificate, the Key Personnel concerned shall be deemed to have
been approved by the Procuring Entity.
39.4 The Procuring Entity may request the Consultants to perform additional services
not covered by the original scope of work but are determined by the Procuring
74
Entity to be critical for the satisfactory completion of the Services, subject to
GCC Clause 55.6.
39.5 No changes shall be made in the Key Personnel, except for justifiable reasons as
may be determined by the Procuring Entity, as indicated in the SCC, and only
upon prior approval of the Procuring Entity. If it becomes justifiable and
necessary to replace any of the Personnel, the Consultant shall forthwith provide
as a replacement a person of equivalent or better qualifications. If the Consultant
introduces changes in Key Personnel for reasons other than those mentioned in
the SCC, the Consultant shall be liable for the imposition of damages as described
in the SCC.
39.6 Any of the Personnel provided as a replacement under GCC Clauses 39.5 and
39.7, the rate of remuneration applicable to such person as well as any
reimbursable expenditures the Consultant may wish to claim as a result of such
replacement, shall be subject to the prior written approval by the Procuring Entity.
Except as the Procuring Entity may otherwise agree, the Consultant shall bear all
additional travel and other costs arising out of or incidental to any removal and/or
replacement, and the remuneration to be paid for any of the Personnel provided as
a replacement shall not exceed the remuneration which would have been payable
to the Personnel replaced.
39.7 If the Procuring Entity finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action as
defined in the Applicable Law, or has reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the Consultant shall, at the Procuring
Entity’s written request specifying the grounds therefore, forthwith provide as a
replacement a person with qualifications and experience acceptable to the
Procuring Entity.
40.2 The Key Personnel shall not be entitled to claim payment for overtime work, sick
leave, or vacation leave from the Procuring Entity since these items are already
covered by the Consultant’s remuneration. All leaves to be allowed to the
Personnel are included in the staff-months of service set forth in Appendix III.
Taking of leave by any Personnel should not delay the progress and adequate
supervision of the Services.
40.3 If required to comply with the provisions of GCC Clause 43.1 hereof,
adjustments with respect to the estimated periods of engagement of Key
Personnel set forth in Appendix III may be made by the Consultant by prior
written notice to the Procuring Entity, provided that:
75
(a) such adjustments shall not alter the originally estimated period of
engagement of any individual by more than ten percent (10%); and
(b) the aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in GCC Clause 52.1 of this
Contract. Any other such adjustments shall only be made with the
Procuring Entity’s prior written approval.
41.3 If Counterpart Personnel are not provided by the Procuring Entity to the
Consultant as and when specified in Appendix III, and or if the Counterpart
Personnel lack the necessary training, experience or authority to effectively
undertake their responsibilities, the Procuring Entity and the Consultant shall
agree on how the affected part of the Services shall be carried out, and the
additional payments, if any, to be made by the Procuring Entity to the Consultant
as a result thereof pursuant to GCC Clause 52 hereof.
42.2 The performance security posted in favor of the Procuring Entity shall be forfeited
in the event it is established that the Consultant is in default in any of its
obligations under the contract.
42.3 The performance security shall remain valid until issuance by the Procuring
Entity of the Certificate of Final Acceptance.
76
42.4 The performance security may be released by the Procuring Entity and returned to
the Consultant after the issuance of the Certificate of Final Acceptance subject to
the following conditions:
(a) There are no pending claims against the Consultant or the surety company
filed by the Procuring Entity;
(b) The Consultant has no pending claims for labor and materials filed against
it; and
42.5 In case of a reduction of the contract value, the Procuring Entity shall allow a
proportional reduction in the original performance security, provided that any
such reduction is more than ten percent (10%) and that the aggregate of such
reductions is not more than fifty percent (50%) of the original performance
security.
43.2 The Consultant shall always act, in respect of any matter relating to this Contract
or to the Services, as faithful advisers to the Procuring Entity, and shall at all
times support and safeguard the Procuring Entity’s legitimate interests in any
dealings with Subconsultants or third parties.
43.3 The Consultant shall furnish to the Procuring Entity such information related to
the Services as the Procuring Entity may from time to time reasonably request.
43.4 The Consultant shall at all times cooperate and coordinate with the Procuring
Entity with respect to the carrying out of its obligations under this Contract.
77
45. Procurement by the Consultant
If the Consultant, as part of the Services, has the responsibility of advising or procuring
goods, works or services, for the Procuring Entity, the Consultant shall comply with any
applicable procurement guidelines of the Funding Source, and shall at all times exercise
such responsibility in the best interest of the Procuring Entity. Any discounts or
advantages obtained by the Consultant in the exercise of such procurement responsibility
shall be for the benefit of the Procuring Entity.
46.2 The Consultant shall ensure that the specifications and designs and all
documentation relating to procurement of goods and services for this Contract are
prepared on an impartial basis so as to promote national and international
competitive bidding.
47. Reports
The Consultant shall submit to the Procuring Entity the reports, deliverables and
documents in English, in the form, in the numbers, and within the time periods set forth
in Appendix II.
48.2 The Procuring Entity shall use its best efforts to ensure that the Government shall:
(a) provide the Consultant, Subconsultants, and Personnel with work permits
and such other documents as shall be necessary to enable the Consultant,
Subconsultants, or Personnel to perform the Services;
(b) arrange for the foreign Personnel and, if appropriate, their eligible
dependents to be provided promptly with all necessary entry and exit
visas, residence permits, and any other documents required for their stay
in the Philippines for the duration of the Contract;
78
(c) facilitate prompt clearance through customs of any property required for
the Services and of the necessary personal effects of the foreign Personnel
and their eligible dependents;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services; and
(e) grant to foreign Consultant, any foreign Subconsultant and the Personnel of either
of them the privilege, pursuant to the Applicable Law, of bringing into the
Government’s country reasonable amounts of foreign currency for purposes of the
Services or for the personal use of the foreign Personnel and their dependents.
50. Subcontract
50.1 Subcontracting of any portion of the Consulting Services, if allowed in the BDS,
does not relieve the Consultant of any liability or obligation under this Contract.
The Consultant will be responsible for the acts, defaults, and negligence of any
subconsultant, its agents, servants or workmen as fully as if these were the
Consultant’s own acts, defaults, or negligence, or those of its agents, servants or
workmen.
50.2 Subconsultants disclosed and identified during the bidding may be changed
during the implementation of this Contract, subject to compliance with the
required qualifications and the approval of the Procuring Entity.
(a) keep accurate and systematic accounts and records in respect of the
Services hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as shall clearly identify
all relevant time changes and costs, and the bases thereof;
(b) permit the Procuring Entity or its designated representative and or the
designated representative of the Funding Source at least once for short-
79
term Contracts, and annually in the case of long-term Contracts, and up to
one year from the expiration or termination of this Contract, to inspect the
same and make copies thereof as well as to have them audited by auditors
appointed by the Procuring Entity; and
(c) permit the Funding Source to inspect the Consultant’s accounts and
records relating to the performance of the Consultant and to have them
audited by auditors approved by the Funding Source, if so required.
51.2 The basic purpose of this audit is to verify payments under this Contract and, in
this process, to also verify representations made by the Consultant in relation to
this Contract. The Consultant shall cooperate with and assist the Procuring Entity
and its authorized representatives in making such audit. In the event the audit
discloses that the Consultant has overcharged the Procuring Entity, the Consultant
shall immediately reimburse the Procuring Entity an amount equivalent to the
amount overpaid. If overpayment is a result of the Consultant having been
engaged in what the Procuring Entity (or, as the case may be, the Funding Source)
determines to constitute corrupt, fraudulent, or coercive practices, as defined in
GCC Clause 27(e) and under the Applicable Law, the Procuring Entity shall,
unless the Procuring Entity decides otherwise, terminate this Contract.
51.3 The determination that the Consultant has engaged in corrupt, fraudulent, coercive
practices shall result in the Procuring Entity and/or the Funding Source seeking the
imposition of the maximum administrative, civil and criminal penalties up to and
in including imprisonment.
52.2 Unless otherwise specified in the SCC, the cost of the Services shall be payable in
Philippine Pesos and shall be set forth in the Appendix IV attached to this
Contract.
53.2 Remuneration for the Personnel shall be determined on the basis of time actually
spent by such Personnel in the performance of the Services including other
additional factors indicated in the SCC after the date determined in accordance
with GCC Clause 22, or such other date as the Parties shall agree in writing,
including time for necessary travel via the most direct route, at the rates referred
to, and subject to such additional provisions as are set forth, in the SCC.
80
53.3 Remuneration for periods of less than one month shall be calculated on an hourly
basis for time spent in home office (the total of 176 hours per month shall apply)
and on a calendar-day basis for time spent away from home office (1 day being
equivalent to 1/30th of a month).
53.5 Billings and payments in respect of the Services shall be made as follows:
(a) The Procuring Entity shall cause to be paid to the Consultant an advance
payment as specified in the SCC, and as otherwise set forth below. The
advance payment shall be due after the Consultant provides an irrevocable
standby letter of credit in favor of the Procuring Entity issued by an entity
acceptable to the Procuring Entity in accordance with the requirements
provided in the SCC.
(b) As soon as practicable and not later than fifteen (15) days after the end of
each calendar month during the period of the Services, the Consultant
shall submit to the Procuring Entity, in duplicate, itemized statements,
accompanied by copies of receipted invoices, vouchers and other
appropriate supporting materials, of the amounts payable pursuant to GCC
Clauses 52.1 and 53 for such month. Separate monthly statements shall be
submitted in respect of amounts payable in foreign currency and in local
currency. Each separate monthly statement shall distinguish that portion
of the total eligible costs which pertains to remuneration from that portion
which pertains to reimbursable expenditures.
(c) The Procuring Entity shall cause the payment of the Consultant’s monthly
statements within sixty (60) days after the receipt by the Procuring Entity
of such statements with supporting documents. Only such portion of a
monthly statement that is not satisfactorily supported may be withheld
from payment. Should any discrepancy be found to exist between actual
payment and costs authorized to be incurred by the Consultant, the
Procuring Entity may add or subtract the difference from any subsequent
payments. Interest shall be paid for delayed payments following the rate
provided in the SCC.
81
written notice to the Consultant specifying in detail deficiencies in the Services,
the final report or final statement. The Consultant shall thereupon promptly make
any necessary corrections within a maximum period of ninety (90) calendar days,
and upon completion of such corrections, the foregoing process shall be repeated.
54.2 Any amount which the Procuring Entity has paid or caused to be paid in
accordance with this clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultant to the Procuring Entity within thirty (30) days after receipt by the
Consultant of notice thereof. Any such claim by the Procuring Entity for
reimbursement must be made within twelve (12) calendar months after receipt by
the Procuring Entity of a final report and a final statement approved by the
Procuring Entity in accordance with the above.
55.3 Staffing Schedule - Should the rate of progress of the Services, or any part hereof,
be at any time in the opinion of the Procuring Entity too slow to ensure that the
Services are completed in accordance with the Staffing Schedule, the Procuring
Entity shall so notify the Consultant in writing and the Consultant shall at its sole
cost and expense, thereupon take such steps as necessary, subject to the Procuring
Entity’s approval, or as reasonably required by the Procuring Entity, to expedite
progress so as to ensure that the Services are completed in accordance with the
Staffing Schedule.
55.4 Final payment pursuant to the Payment Schedule in Appendices IV and V shall be
made by the Procuring Entity after the final report has been submitted by the
Consultant and approved by the Procuring Entity.
55.5 Termination - Upon the receipt or giving of any notice referred to in GCC Clause
29 and if the Consultant is not in default under this Contract and has partly or
substantially performed its obligation under this Contract up to the date of
termination and has taken immediate steps to bring the Services to a close in
prompt and orderly manner, there shall be an equitable reduction in the maximum
amount payable under this Contract to reflect the reduction in the Services,
provided that in no event shall the Consultant receive less than his actual costs up
to the effective date of the termination, plus a reasonable allowance for overhead
and profit.
82
55.6 Unless otherwise provided in the SCC, no additional payment for variation order,
if any, shall be allowed for this Contract.
83
Section V. Special Conditions of
Contract
The provisions of Section V complement the GCC included in Section IV, specifying
contractual requirements linked to the special circumstances of the Procuring Entity, the
Procuring Entity’s country, the sector, and the Services purchased. In preparing Section V,
the following aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of
the provisions of Section IV should be incorporated herein.
84
Special Conditions of Contract
GCC Clause
6.2(b) For a period of two years after the expiration of this Contract, the
Consultant shall not engage, and shall cause its Personnel as well as their
Subconsultants and its Personnel not to engage, in the activity of a
purchaser (directly or indirectly) of the assets on which they advised the
Procuring Entity under this Contract nor in the activity of an adviser
(directly or indirectly) of potential purchasers of such assets. The
Consultant also agree that their affiliates shall be disqualified for the same
period of time from engaging in the said activities.
7 Not applicable.
8 Not Applicable.
10 No further instructions.
85
Facsimile:
Email Address:
19 No further instructions.
20 No additional provision.
24 The time period shall be until the completion of the construction of NIA-
MARIIS Training Center or such other time period as the parties may
agree in writing.
34.2 Any and all disputes arising from the implementation of this contract shall
be submitted to arbitration in the Philippines according to the provisions
of Republic Acts 876 and 9285, as required in Section 59 of the IRR of
RA 9184.
38.1(d) The Consultant’s actions requiring the Procuring Entity’s prior approval
are:
86
39.5 The Consultant may change its Key Personnel only for justifiable reasons
as may be determined by the Procuring Entity, such as death, serious
illness, incapacity of an individual Consultant, resignation, among others,
or until after fifty percent (50%) of the Personnel’s man-months have been
served.
52.1 The total ceiling amount in Philippine Pesos is the Contract Amount.
87
Section VI. Terms of Reference
[Terms of Reference normally contain the following sections: (a) Background; (b)
Objectives; (c) Scope of the Services; (d) Training (when appropriate); (e) Reports and
Time Schedule; and (f) Data, Local Services, Personnel, and Facilities to be provided by
the Procuring Entity.]
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
Section VII. Bidding Forms
Eligibility Documents Submission Form ......................................................... 105
Technical Proposal Forms................................................................................ 106
Omnibus Sworn Statement …………………………………………………..118
104
ELIGIBILITY DOCUMENTS SUBMISSION FORM
[Date]
Ladies/Gentlemen:
In connection with your Request for Expression of Interest dated [insert date] for [Title
of Project], [Name of Consultant] hereby expresses interest in participating in the eligibility and
short listing for said Project and submits the attached eligibility documents in compliance with
the Eligibility Documents therefor.
a) [Name of Consultant] is not blacklisted or barred from bidding by the GoP or any of
its agencies, offices, corporations, LGUs, or autonomous regional government,
including foreign government/foreign or international financing institution; and
We acknowledge and accept the Procuring Entity’s right to inspect and audit all records
relating to our submission irrespective of whether we are declared eligible and short listed or not.
We further acknowledge that failure to sign this Eligibility Document Submission Form
shall be a ground for our disqualification.
Yours sincerely,
Signature
Name and Title of Authorized Signatory
Name of Consultant
Address
105
TECHNICAL PROPOSAL FORMS
Cover Letter
Maximum of [insert acceptable number of pages] introducing the background and general
experience of the Consultant, including its partner(s) and subconsultants, if any.
Maximum of [insert acceptable number of pages] completed projects in the format of TPF 2.
Consultant’s References illustrating the relevant experience of the Consultant, including its
partner and subconsultants, if any. No promotional material should be included.
Use TPF 4. Description of the Methodology and Work Plan for Performing the Project, TPF
5. Team Composition and Task , TPF 7. Time Schedule for Professional Personnel, and TPF
8. Activity (Work) Schedule.
If subcontracting is allowed, add the following: If the Consultant will engage a subconsultant
for the portions of the Consulting Services allowed to be subcontracted, the Consultant shall
indicate which portions of the Consulting Services will be subcontracted, identify the
corresponding subconsultant, and include the legal eligibility documents of such
subconsultant.
Use TPF 6. Format of Curriculum Vitae (CV) for Proposed Professional Staff.
Comments on the terms of reference and data and facilities to be provided by the
Procuring Entity
Not more than [insert acceptable number of pages] using TPF 3. Comments and Suggestions
of Consultant on the Terms of Reference and on Data, Services, and Facilities to be Provided
by the
106
TPF 1. TECHNICAL PROPOSAL SUBMISSION FORM
[Date]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of Project] in
accordance with your Bidding Documents dated [insert date] and our Bid. We are hereby
submitting our Bid, which includes this Technical Proposal, and a Financial Proposal sealed
under a separate envelope.
In accordance with ITB Clause 21.1, we confirm that the information contained in the
eligibility documents submitted earlier together with the Expression of Interest remain correct as
of the date of bid submission.
If negotiations are held during the period of bid validity, i.e., before [insert date], we
undertake to negotiate on the basis of the proposed staff. Our Bid is binding upon us and subject
to the modifications resulting from contract negotiations.
In accordance with GCC Clause 51, we acknowledge and accept the Procuring Entity’s
right to inspect and audit all records relating to our Bid irrespective of whether we enter into a
contract with the Procuring Entity as a result of this Bid or not.
We understand you are not bound to accept any Bid received for the selection of a
consultant for the Project.
We acknowledge that failure to sign this Technical Proposal Submission Form and the
abovementioned Financial Proposal Submission Form shall be a ground for the rejection of our
Bid.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
107
TPF 2. CONSULTANT’S REFERENCES
Using the format below, provide information on each project for which your firm/entity, either
individually, as a corporate entity, or as one of the major companies within an association, was
legally contracted.
Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (in Current
US$):
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:
Consultant’s Name:
108
TPF 3. COMMENTS AND SUGGESTIONS OF CONSULTANT ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE
PROCURING ENTITY
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.
109
TPF 4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR
PERFORMING THE PROJECT
110
TPF 5. TEAM COMPOSITION AND TASK
1. Technical/Managerial Staff
Name Position Task
2. Support Staff
Name Position Task
3 Where applicable, indicate relationships among the Consultant and any partner and/or subconsultant, the Procuring Entity, the
Funding Source and other parties or stakeholders.
111
TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree of
responsibility held by staff member on relevant previous projects and give dates and locations. Use about half a
page.]
Education:
[Summarize college/university and other specialized education of staff members, giving names of schools, dates
attended, and degrees obtained. Use about one quarter of a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff member
since graduation, giving dates, names of employing organizations, titles of positions held, and locations of projects.
For experience in last ten years, also give types of activities performed and client references, where appropriate.
Use about two pages.]
112
Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Commitment:
I also commit to work for the Project in accordance with the time schedule as indicated in the
contract once the firm is awarded the Project.
Date:
[Signature of staff member and authorized representative of the firm] Day/Month/Year
113
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____.
114
TPF 7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Full-time: Part-time:
Reports Due:
Activities Duration:
Location Signature:
(Authorized representative)
Full Name:
Title:
Address:
115
TPF 8. ACTIVITY (WORK) SCHEDULE
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
Activity (Work)
_________________
_________________
_________________
_________________
Reports Date
1. Inception Report
3. Draft Report
4. Final Report
116
OMNIBUS SWORN STATEMENT
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:
117
5. [Name of Consultant] 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 Consultant] 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 Consultant] complies with existing labor laws and standards; and
8. [Name of Consultant] 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]
118
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. ______.
119
Bid-Securing Declaration
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 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 as the bidder with the Highest Rated Responsive Bid, and I/we have
furnished the performance security and signed the Contract.
120
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
Affiant
121
FINANCIAL PROPOSAL FORMS
Cover Letter
(f) followed the applicable rules and guidelines indicated in this ITB;
(g) not taken any action which is or constitutes a corrupt, fraudulent, or coercive practice
as defined in the applicable rules and guidelines; and
(h) agrees to allow the Procuring Entity and the Funding Source, at their option, to
inspect and audit all accounts, documents, and records relating to the its Bid and to
the performance of the ensuing contract.
Use FPF 2. Summary of Costs; FPF 3. Breakdown of Price per Activity; FPF 4. Breakdown
of Remuneration per Activity; FPF 5. Reimbursables per Activity; and FPF 6.
Miscellaneous Expenses.
122
FPF 1. FINANCIAL PROPOSAL SUBMISSION FORM
[Date]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of Project] in
accordance with your Bidding Documents dated [insert date] and our Bid (Technical and
Financial Proposals). Our attached Financial Proposal is for the sum of [amount in words and
figures]. This amount is exclusive of the local taxes, which we have estimated at [amount(s) in
words and figures].
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the bid validity period, i.e., [Date].
In accordance with GCC Clause 51, we acknowledge and accept the Procuring Entity’s
right to inspect and audit all records relating to our Bid irrespective of whether we enter into a
contract with the Procuring Entity as a result of this Bid.
We confirm that we have read, understood and accept the contents of the Instructions to
Bidders (ITB), the Bid Data Sheet (BDS), General Conditions of Contract (GCC), Special
Conditions of Contract (SCC), Terms of Reference (TOR), the provisions relating to the
eligibility of Consultant and the applicable guidelines for the procurement rules of the Funding
Source, any and all Bid bulletins issued and other attachments and inclusions included in the
Bidding Documents sent to us.
We understand you are not bound to accept any Bid you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
123
FPF 2. SUMMARY OF COSTS
Subtotal
Local Taxes
2 In cases of contracts involving foreign consultants, indicate the exchange rate used.
124
FPF 3. BREAKDOWN OF PRICE PER ACTIVITY
Remuneration
Reimbursables
Miscellaneous Expenses
Subtotal ____________________________
3 In cases of contracts involving foreign consultants, indicate the exchange rate used.
125
FPF 4. BREAKDOWN OF REMUNERATION PER ACTIVITY
Remuneration
Names Position Input4 Currency(ies) Rate Amount
Regular staff
Local staff
Consultants
126
FPF 5. REIMBURSABLES PER ACTIVITY
5. Office rent/accommodation/
clerical assistance
5 Local transportation costs are not included if local transportation is being made available by the Entity. Similarly, in the project site, office rent/accommodations/clerical
assistance costs are not to be included if being made available by the Entity.
127
FPF 6. MISCELLANEOUS EXPENSES
2. Drafting, reproduction of
reports
3. Equipment: vehicles,
computers, etc.
4. Software
128
FORM OF CONTRACT AGREEMENT
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of Procuring Entity] (hereinafter called the“Entity”) and [name and
address of Consultant] (hereinafter called the “Consultant”).
WHEREAS, the Entity is desirous that the Consultant execute [name and identification
number of contract] (hereinafter called “the Works”) and the Entity has accepted the bid for
[insert the amount in specified currency in numbers and words] by the Consultant for the
execution and completion of such Consulting Services and the remedying of any defects therein.
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be attached, deemed to form, and be read and
construed as part of this Agreement, to wit:
129
and complete the Consulting Services and remedy any defects therein in
conformity with the provisions of this Consultant in all respects.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed the
day and year first before written.
________________________________________________
_____________________________________________
[Addendum showing the corrections, if any, made during the bid evaluation should be attached
with this agreement]
130
Section VIII. Appendices
I. Description of Services
Give detailed descriptions of the Services to be provided, dates for completion of various tasks,
place of performance for different tasks, specific tasks to be approved by Client, etc.
1. Titles [and names, if already available], detailed job descriptions and minimum
qualifications, and staff-months of service, and estimated periods of engagement for
each, including a copy of a satisfactory medical certificate.
4. List of approved Subconsultants (if already available) and Counterpart personnel (if
allowed); same information with respect to their Personnel as in no.’s 1 and 2.
2. Reimbursable expenditures
3. Applicable taxes
131
V. Services and Facilities Provided by the Client
Give detailed description of the services and facilities made available to the Consultant, and the
time and manner of its availment.
1.1 The remuneration rates for staff are made up of salary, social costs, overheads, fee
that is profit, and any premium or allowance paid for projects away from headquarters. To
assist the Consultant in preparing for financial negotiations, a sample form giving a
breakdown of rates is attached (no financial information should be included in the
Technical Proposal). Agreed breakdown sheets shall form part of the negotiated contract.
1.2 The Procuring Entity is charged with the custody of Government funds and is
expected to exercise prudence in the expenditure of these funds. The Procuring Entity is,
therefore, concerned with the reasonableness of the firm’s Financial Proposal, and, during
negotiations, it expects to be able to review audited financial statements backing up the
Consultant’s remuneration rates, certified by an independent auditor. The Consultant shall
be prepared to disclose such audited financial statements for the last three years, to
substantiate its rates, and accept that its proposed rates and other financial matters are
subject to scrutiny. Rate details are discussed below.
(i) Salary
This is the gross regular cash salary paid to the individual in the Consultant’s home
office. It shall not contain any premium for work away from headquarters or bonus (except
where these are included by law or government regulations).
(ii) Bonus
Bonuses are normally paid out of profits. Because the Procuring Entity does not
wish to make double payments for the same item, staff bonuses shall not normally be
included in the rates. Where the Consultant’s accounting system is such that the
percentages of social costs and overheads are based on total revenue, including bonuses,
those percentages shall be adjusted downward accordingly. Where national policy requires
that thirteen (13) months’ pay be given for twelve (12) months’ work, the profit element
need not be adjusted downward. Any discussions on bonuses shall be supported by audited
documentation, which shall be treated as confidential.
132
Social costs are the costs to the Consultant of staff’s non-monetary benefits. These
items include, inter alia, pension, medical and life insurance costs, and the cost of a staff
member being sick or on vacation. In this regard, the cost of leave for public holidays is
not an acceptable social cost nor is the cost of leave taken during the Contract if no
additional staff replacement has been provided. Additional leave taken at the end of the
Contract in accordance with the Consultant’s leave policy is acceptable as a social cost.
The principles of calculating the cost of total days leave per annum as a percentage
of basic salary shall normally be as follows:
total days leave x 100
Leave cost as percentage of salary6 =
[365 - w - ph - v - s]
It is important to note that leave can be considered a social cost only if the
Procuring Entity is not charged for the leave taken.
(v) Overheads
Overhead expenses are the firm’s business costs that are not directly related to the
execution of the project and shall not be reimbursed as separate items under the Contract.
Typical items are home office costs (partner’s time, non-billable time, time of senior staff
monitoring the project, rent, support staff, research, staff training, marketing, etc.), the cost
of staff not currently employed on revenue-earning projects, and business promotion costs.
During negotiations, audited financial statements, certified as correct by an independent
auditor and supporting the last three years’ overheads, shall be available for discussion,
together with detailed lists of items making up the overheads and the percentage by which
each relates to basic salary. The Procuring Entity does not accept an add-on margin for
social charges, overhead expenses, etc., for staff who are not permanent employees of the
firm. In such case, the firm shall be entitled only to administrative costs and fee on the
monthly payments charged for subcontracted staff.
The fee or profit shall be based on the sum of the salary, social costs, and overhead.
If any bonuses paid on a regular basis are listed, a corresponding reduction in the profit
element shall be expected. Fee or profit shall not be allowed on travel or other
reimbursable expenses, unless in the latter case an unusually large amount of procurement
of equipment is required. The Consultant shall note that payments shall be made against an
agreed estimated payment schedule as described in the draft form of the Contract.
Some consultants pay allowances to staff working away from headquarters. Such
allowances are calculated as a percentage of salary and shall not draw overheads or profit.
Sometimes, by law, such allowances may draw social costs. In this case, the amount of this
133
social cost shall still be shown under social costs, with the net allowance shown separately.
For concerned staff, this allowance, where paid, shall cover home education, etc.; these and
similar items shall not be considered as reimbursable costs.
Subsistence allowances are not included in the rates, but are paid separately and in
local currency. No additional subsistence is payable for dependents ⎯ the subsistence rate
shall be the same for married and single team members.
UNDP standard rates for the particular country may be used as reference to determine
subsistence allowances.
2. Reimbursables
2.1 The financial negotiations shall further focus on such items as out-of-pocket
expenses and other reimbursables. These costs may include, but are not restricted to, cost
of surveys, equipment, office rent, supplies, international and local travel, computer rental,
mobilization and demobilization, insurance, and printing. These costs may be either fixed
or reimbursable in foreign or local currency.
3. Bank Guarantee
3.1 Payments to the Consultant, including payment of any advance based on cash flow
projections covered by a bank guarantee, shall be made according to an agreed estimated
schedule ensuring the firm regular payments in local and foreign currency, as long as the
services proceed as planned.
134
VII. BREAKDOWN OF AGREED FIXED RATES7
[Currencies:_________8]
Consultants 1 2 3 4 5 6 7 8
Name Position Basic Rate9 Social Overhead Subtotal Fee Away from Total Agreed Fixed Rate
Charge (__% of 1) (__% of 4) Headquarters Agreed (__ % of 1)
(__% of 1) Allowance Fixed Rate
(__ % of 1)
Philippines
Home Office
7 This model form is given for negotiation purposes only. It is not part of the proposals (technical or financial).
8 If different currencies, a different table for each currency should be used.
9 Per month, day, or hour as appropriate.
135