0% found this document useful (0 votes)
112 views40 pages

Bid Documents

The document discusses a procurement project for the furnishing of construction materials for repairing the upstream and downstream portions of an intake. It will be conducted by the National Irrigation Administration Regional Office VII. The approved budget for the contract is 1,587,030 Philippine pesos. The document provides details on the bidding requirements, instructions to bidders, and terms and conditions of the contract.

Uploaded by

Chris Nolan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
112 views40 pages

Bid Documents

The document discusses a procurement project for the furnishing of construction materials for repairing the upstream and downstream portions of an intake. It will be conducted by the National Irrigation Administration Regional Office VII. The approved budget for the contract is 1,587,030 Philippine pesos. The document provides details on the bidding requirements, instructions to bidders, and terms and conditions of the contract.

Uploaded by

Chris Nolan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 40

Republic of the Philippines

DEPARTMENT OF AGRICULTURE

FURNISHING OF CONSTRUCTION
MATERIALS FOR THE REPAIR OF
UPSTREAM AND DOWNSTREAM
PORTION OF INTAKE

OF

NAGBALAYE CIS
STA. CATALINA, NEGROS ORIENTAL

NOSO-GOODS-RRECIS-02-2024

07 February 2024
1
Table of Contents
Glossary of Acronyms, Terms, and Abbreviations ………………………….3
Section I. Invitation to Bid……………………………………………………..6
Section II. Instructions to Bidders…………………………………………...9
1. Scope of Bid ………………………………………………………………………. 10
2. Funding Information………………………………………………………………. 10
3. Bidding Requirements ……………………………………………………………. 10
4. Corrupt, Fraudulent, Collusive, and Coercive Practices 10
5. Eligible Bidders…………………………………………………………………… 11
6. Origin of Goods ………………………………………………………………….. 11
7. Subcontracts ……………………………………………………………………… 11
8. Pre-Bid Conference ………………………………………………………………. 12
9. Clarification and Amendment of Bidding Documents …………………………… 12
10. Documents comprising the Bid: Eligibility and Technical Components ………….12
11. Documents comprising the Bid: Financial Component …………………………... 12
12. Bid Prices …………………………………………………………………………. 13
13. Bid and Payment Currencies ………………………………………………………13
14. Bid Security ………………………………………………………………………. 14
15. Sealing and Marking of Bids ………………………………………………………14
16. Deadline for Submission of Bids …………………………………………………. 14
17. Opening and Preliminary Examination of Bids ………………………………….. 14
18. Domestic Preference ……………………………………………………………… 14
19. Detailed Evaluation and Comparison of Bids ……………………………………. 15
20. Post-Qualification ………………………………………………………………… 15
21. Signing of the Contract …………………………………………………………… 15
Section III. Bid Data Sheet …………………………………………………..19
Section IV. General Conditions of Contract ……………………...………..18
1. Scope of Contract ………………………………………………………………… 19
2. Advance Payment and Terms of Payment ……………………………………….. 19
3. Performance Security ……………………………………………………………. 19
4. Inspection and Tests ……………………………………………………………… 19
5. Warranty …………………………………………………………………………. 20
6. Liability of the Supplier ………………………………………………………….. 20
Section V. Special Conditions of Contract ………………………………….21
Section VI. Schedule of Requirements ……………………………………....29
Section VII. Technical Specifications …………………………………………26
Section VIII. Checklist of Technical and Financial Documents …………..28
Section IX. Bidding Forms………………………. ……………...…………..28

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

BAC – Bids and Awards Committee.

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


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

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


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

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

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

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

CDA - Cooperative Development Authority.

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

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

3
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

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


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

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


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

GFI – Government Financial Institution.

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

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

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


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national

4
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

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


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

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

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

UN – United Nations.

5
Section I. Invitation to Bid

6
Republic of the Philippines
DEPARTMENT OF AGRICULTURE

Invitation to Bid

FOR FURNISHING OF CONSTRUCTION MATERIALS FOR THE REPAIR OF


UPSTREAM AND DOWNSTREAM PORTION OF INTAKE OF
NAGBALAYE CIS, STA. CATALINA, NEGROS ORIENTAL

1. The National Irrigation Administration (NIA), Regional Irrigation Office No. VII,
through the General Appropriation Act - Repair CIS (GAA - Repair CIS) for Fiscal
Year 2024 (FY 2024) intends to apply the sum of One Million Five Hundred Eighty-
Seven Thousand Thirty Pesos & 00/100 (P 1,587,030.00) being the Approved
Budget for Contract (ABC) to payments under contract for FURNISHING OF
CONSTRUCTION MATERIALS FOR THE REPAIR OF UPSTREAM AND
DOWNSTREAM PORTION OF INTAKE OF NAGBALAYE CIS, STA. CATALINA,
NEGROS ORIENTAL with Contract No. NOSO-GOODS-RRECIS-02-2024. Bids
received in excess of the ABC shall be automatically rejected at bid opening.

2. The NIA-RO VII now invites bids for the above Procurement Project. Delivery of the
Goods is required by 120 calendar days. Bidders should have completed, within (5)
five years from the date of submission and receipt of bids, a contract similar to the
project. The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II (Instruction to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing
Rules and Regulation (IRR) of Republic Act 9184 (RA 9184).

Bidding is restricted to Filipino citizens/sole proprietorships, partnership or


organizations with at least sixty percent (60%) interest or outstanding capital stock
belonging to citizens of the Philippines and to citizens or organizations of a country
the laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to R.A. No. 5183.

4. Prospective Bidders may obtain further information from The National Irrigation
Administration (NIA), Negros Oriental Satellite Office (NOSO) and inspect Bidding
Documents at the address given below from 8:00 AM to 5:00 PM.

5. A complete set of Bidding Documents may be acquired by interested Bidders who were
able to log-in in the Philippine Government Electronic Procurement System (PhilGEPS)
wherein the name of the company will be reflected in the Documents Request List of
the Bid Notice Abstract of the Procuring Entity, from February 07, 2024 (8:00 A.M.)
to February 29, 2024 (2:00 P.M.) during office hour from the given address and
website(s) below & upon presentation of the payment from NIA NOSO Cashier of

7
nonrefundable fee of Two Thousand Pesos (P 2,000.00) only. The Procuring Entity
shall allow the bidder to present its proof of payment for the fees in person, by
facsimile, or through electronic means.

Interested Bidders’ representatives must also present a letter duly signed by the
General Manager/Owner, if a Sole Proprietorship, or authorized Signatory if a
Corporation, authorizing him/her to acquire the Bidding Documents.

6. The NIA-RO VII will hold a Pre-Bid Conference on February 15, 2024, 2:00 P.M. at
Conference Room, NIA Negros Oriental Satellite Office, Osmeña St., Poblacion,
Sibulan, Negros Oriental, and/or through video conferencing via google meet, which
shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission of bid
at the office address as indicated below on or before February 29, 2024 (2:00 P.M.)
Late bids shall not be accepted.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.

9. Bid opening shall be on February 29, 2024 (2:00 P.M.) at Conference Room, NIA
Negros Oriental Satellite Office, Osmeña St., Poblacion, Sibulan, Negros Oriental.
Bids will be opened in the presence of the bidders’ representatives who choose to
attend the activity.

11. The NIA-RO VII 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
Sections 35.6 and 41 of the 2016 revised IRR of RA 9184, without thereby incurring
any liability to the affected bidder or bidders.

12. For further information, please refer to:

National Irrigation Administration, Negros Oriental Satellite Office


c/o The BAC Secretariat
Osmeña St., Poblacion, Sibulan
Negros Oriental
Email Address : [email protected]
Telephone No. (035) 419 9590,(035) 527 0349

13. You may visit the following websites (region7.nia.gov.ph and PhilGEPS) for
downloading of Bidding Documents.

February 07, 2024

Sgd ORENCIO M. APALE


BAC Chairman

8
Section II. Instructions to Bidders

9
1. Scope of Bid
The Procuring Entity, National Irrigation Administration (NIA), Regional Irrigation
Office No.7, wishes to receive Bids for the FURNISHING OF CONSTRUCTION
MATERIALS FOR THE REPAIR OF UPSTREAM AND DOWNSTREAM PORTION
OF INTAKE OF NAGBALAYE CIS, STA. CATALINA, NEGROS ORIENTAL, with
identification number NOSO-GOODS-RRECIS-02-2024.

The Procurement Project (referred to herein as “Project”)is composed of [indicate


number of lots or items], the details of which are described in Section VII (Technical
Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for GAA-REPAIR
NIS CY 2023 in the amount of One Million Five Hundred Eighty-Seven
Thousand Thirty Pesos & 00/100 (P 1,587,030.00).

2.2. The source of funding is:

a. General Appropriation Act – Repair CIS FY 2024


b. GOCC and GFIs, the Corporate Operating Budget.

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

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

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

4. Corrupt, Fraudulent, Collusive, and Coercive Practices


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

10
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

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

i. When a Treaty or International or Executive Agreement as


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

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


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

iii. When the Goods sought to be procured are not available from local
suppliers; or

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


or restrain trade.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the
value of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to:

a. For the procurement of Expendable Supplies: The Bidder must have


completed a single contract that is similar to this Project, equivalent to at
least twenty-five percent (25%) of the ABC.

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

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

7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than twenty percent (20%)
of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.


11
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address on February 15, 2024, 2:00 P.M. at
Conference Room, NIA Negros Satellite Office, Osmeña St., Poblacion,
Sibulan, Negros Oriental, and/or through video conferencing/web casting as
indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


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

10. Documents comprising the Bid: Eligibility and Technical Components


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

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
within (5) five years prior to the deadline for the submission and receipt of bids.

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

11. Documents comprising the Bid: Financial Component


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

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


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

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

12
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices
provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Bid Prices


12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already
paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in the BDS.

b. For Goods offered from abroad:

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

ii. The price of other (incidental) services, if any, as listed in the BDS.

13. Bid and Payment Currencies


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

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

a. Philippine Pesos.

13
14. Bid Security
14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid until 120 Calendar Days from opening.
Any Bid not accompanied by an acceptable bid security shall be rejected by the
Procuring Entity as non-responsive

15. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which
must be digitally signed. An electronic copy that cannot be opened or is corrupted shall
be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids


16.1. The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

17. Opening and Preliminary Examination of Bids


17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

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

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


2016 revised IRR of RA No. 9184.

18. Domestic Preference


18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.

14
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of the
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as the
case maybe. In this case, the Bid Security as required by ITB Clause 14 shall be
submitted for each lot or item separately.

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

19.4. The Project shall be awarded as follows:

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

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

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

21. Signing of the Contract


21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.
9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.

15
Section III. Bid Data Sheet

16
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:

a. Furnishing of various construction materials.

b. To be completed within five (5) years prior to the deadline for the
submission and receipt of bids.

7.1 No portion of the contract shall be sub-contracted.

12 The price of the Goods shall be quoted DDP with place of destination in the
Philippines or the applicable International Commercial Terms (INCOTERMS)
for this Project.

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

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

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

19.3 Partial bid is not allowed.

20 Contractor must present a Notarized Supply Agreement if quantity required is


insufficient during post-qualification.

21.2 No additional requirements.

17
Section IV. General Conditions of Contract

18
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

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

Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment


2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.

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

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

4. Inspection and Tests


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

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

19
5. Warranty
5.1 In order to assure that manufacturing defects shall be corrected by the Supplier,
a warranty shall be required from the Supplier as provided under Section 62.1
of the 2016 revised IRR of RA No. 9184.

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

6. Liability of the Supplier


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

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

20
Section V. Special Conditions of Contract

21
Special Conditions of Contract
GCC
Clause
1 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade
terms used to describe the obligations of the parties shall have the meanings assigned to them
by the current edition of INCOTERMS published by the International Chamber of Commerce,
Paris. The Delivery terms of this Contract shall be as follows:

For Goods supplied from abroad: “The delivery terms applicable to the Contract are DDP
delivered at Jantianon SIP, Amlan, Negros Oriental. In accordance with INCOTERMS.”

For Goods supplied from within the Philippines, state: “The delivery terms applicable to this
Contract are delivered at Jantianon SIP, Amlan, Negros Oriental. Risk and title will pass from
the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their
final destination.”

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

For purposes of this Clause the Procuring Entity’s Representative at the Project Site is the
Project-In-Charge.

Incidental Services –

The Supplier is required to provide all of the following services, including additional services,
if any, specified in Section VI. Schedule of Requirements:

a. performance or supervision of on-site assembly and/or start-up of the supplied


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

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

Spare Parts –

The Supplier is required to provide all of the following materials, notifications, and
information pertaining to spare parts manufactured or distributed by the Supplier:

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

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

I. advance notification to the Procuring Entity of the pending termination, in sufficient


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

22
II. following such termination, furnishing at no cost to the Procuring Entity, the
blueprints, drawings, and specifications of the spare parts, if requested.

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

The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare
parts or components for the Goods for a period of [indicate here the time period specified. If
not used indicate a time period of three times the warranty period].

Spare parts or components shall be supplied as promptly as possible, but in any case, within
[insert appropriate time period] months of placing the order.

Packaging –

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

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

The outer packaging must be clearly marked on at least four (4) sides as follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be placed on an
accessible point of the outer packaging if practical. If not practical the packaging list is to be
placed inside the outer packaging but outside the secondary packaging.

Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP,
transport of the Goods to the port of destination or such other named place of destination in
the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the
Supplier, and the cost thereof shall be included in the Contract Price.

Where the Supplier is required under this Contract to transport the Goods to a specified place
of destination within the Philippines, defined as the Project Site, transport to such place of
destination in the Philippines, including insurance and storage, as shall be specified in this
Contract, shall be arranged by the Supplier, and related costs shall be included in the contract
price.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods
are to be transported on carriers of Philippine registry. In the event that no carrier of
Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine
registry provided that the Supplier obtains and presents to the Procuring Entity certification

23
to this effect from the nearest Philippine consulate to the port of dispatch. In the event that
carriers of Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready for shipment
and the actual date of shipment the period of delay will be considered force majeure.

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

Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims of
infringement of patent, trademark, or industrial design rights arising from use of the Goods
or any part thereof.

Regular and Recurring Services -

In case of contracts for regular and recurring services, state: “The contract for regular and
recurring services shall be subject to a renewal whereby the performance evaluation of the
service provider shall be conducted in accordance with the Section VII. Technical
Specification”.

2.2 [If partial payment is allowed, state]. The terms of payment shall be as follows: Payment may
be made through Progress Billing. The first billing should be 50% of the construction
materials must already delivered at the construction site.The final billing, all construction
materials are completely delivered at the construction site

4 The inspections and tests that will be conducted are: Quality Test for RSB, Sand, Gravel and
Cement.

24
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.

Item
Description Quantity Total Delivered Weeks/Months
Number

1 Portland Cement Type I 2000 bags 2000 bags Within 120 Calendar Days
2 12mmØ x 6m. RSB def. bar (std.) 1600 pcs. 1600 pcs. Within 120 Calendar Days
3 1/2" x 4' x 8' Phenolic Board 80 shts. 80 shts. Within 120 Calendar Days
4 Tie Wire # 16 120 kls 120 kls Within 120 Calendar Days
5 CWN # 4" 60 kls 60 kls Within 120 Calendar Days
6 CWN # 3" 30 kls 30 kls Within 120 Calendar Days
7 CWN # 1 1/2" 20 kls 20 kls Within 120 Calendar Days
8 2" x 4" x 12' Coco Lumber (800bd.ft.) 100 pcs. 100 pcs. Within 120 Calendar Days
9 2" x 3" x 12' Coco Lumber (600bd.ft.) 100 pcs. 100 pcs. Within 120 Calendar Days
10 2" x 2" x 12' Coco Lumber (400bd.ft.) 100 pcs. 100 pcs. Within 120 Calendar Days
11 Sand Good Quality 60 cu.m. 60 cu.m. Within 120 Calendar Days
12 Gravel Good Quality 80 cu.m. 80 cu.m. Within 120 Calendar Days
13 Boulders 50 cu.m. 50 cu.m. Within 120 Calendar Days
NOTE: Hardware Materials (Item #s 1,2,3,4,5,6,7,8,9 & 10) - FOB STORE
Aggregates (Item #s 11, 12 & 13) - DELIVER TO JOBSITE

25
Section VII. Technical Specifications

26
Technical Specifications
ITEM NUMBER DESCRIPTION STATEMENT OF COMPLIANCE
1 Portland Cement Type I
2 12mmØ x 6m. RSB def. bar (std.)
3 1/2" x 4' x 8' Phenolic Board
4 Tie Wire # 16
5 CWN # 4"
6 CWN # 3"
7 CWN # 1 1/2"
8 2" x 4" x 12' Coco Lumber (800bd.ft.)
9 2" x 3" x 12' Coco Lumber (600bd.ft.)
10 2" x 2" x 12' Coco Lumber (400bd.ft.)
11 Sand Good Quality
12 Gravel Good Quality
13 Boulders
[Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating
the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported
by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended
sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test
data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence
presented will render the Bid under evaluation liable for rejection. A statement either in the Bidder's statement of compliance or
the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract
may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the applicable laws and
issuances.]

27
Section VIII. Checklist of Technical and
Financial Documents

28
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in
accordance with Section 8.5.2 of the IRR;

Technical Documents
⬜ (b) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether similar or
not similar in nature and complexity to the contract to be bid; and
(c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the
contract to be bid, except under conditions provided for in Sections 23.4.1.3 and
23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as
provided in the Bidding Documents; and
(d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission or Original copy of Notarized Bid
Securing Declaration; and
(e) Conformity with the Technical Specifications, which may include
production/delivery schedule, manpower requirements, and/or after-sales/parts, if
applicable; and
(f) Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original
Notarized Secretary’s Certificate in case of a corporation, partnership, or
cooperative; or Original Special Power of Attorney of all members of the joint
venture giving full power and authority to its officer to sign the OSS and do acts to
represent the Bidder.

Financial Documents
⬜ (g) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC) or A committed Line of Credit from a Universal or Commercial Bank in
lieu of its NFCC computation.

Class “B” Documents


⬜ (h) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture
is already in existence or duly notarized statements from all the potential joint
venture partners stating that they will enter into and abide by the provisions of the
JVA in the instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE

⬜ (i) Original of duly signed and accomplished Financial Bid Form; and
⬜ (j) Original of duly signed and accomplished Price Schedule(s).

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


⬜ (k) [For foreign bidders claiming by reason of their country’s extension of reciprocal
rights to Filipinos] Certification from the relevant government office of their country
stating that Filipinos are allowed to participate in government procurement activities
for the same item or product.
⬜ (l) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or
Domestic Entity.

29
Section IX. Bidding Forms

30
National Irrigation Administration Contact Ref. No: NOSO-GOODS-RRECIS-02-2024
Region 7 FURNISHING OF CONSTRUCTION MATERIALS FOR THE
REPAIR OF UPSTREAM AND DOWNSTREAM PORTION OF
Name of Contract:
INTAKE OF NAGBALAYE CIS, STA. CATALINA, NEGROS
ORIENTAL
Location: STA. CATALINA, NEGROS ORIENTAL

STATEMENT OF THE BIDDERS OF ALL ITS ON-GOING GOVERNMENT & PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT
YET STARTED

Business Name : ______________________________________________

Business Address : ______________________________________________

Amount or Value of
NAME OF CONTRACT CONTRACT DATE CONTRACT PERIOD CONTRACT AMOUNT KINDS OF GOODS DATE OF DELIVERY Outsanding Works or
Unperformed Portion

31
Government

Private

Submitted by : ______________________________________________
(Printed Name & Signature

Designation : ______________________________________________

Date : ______________________________________________
National Irrigation Administration Contact Ref. No.: NOSO-GOODS-RRECIS-02-2024
Region 7 FURNISHING OF CONSTRUCTION MATERIALS FOR THE REPAIR
Name of Contract: OF UPSTREAM AND DOWNSTREAM PORTION OF INTAKE OF
NAGBALAYE CIS, STA. CATALINA, NEGROS ORIENTAL
Location: STA. CATALINA, NEGROS ORIENTAL

STATEMENT OF THE BIDDERS'S SINGLE LARGEST COMPLETED CONTRACTS (SLCC) SIMILAR TO THE CONTRACT TO BE BID

Business Name : ______________________________________________

Business Address : ______________________________________________

End-User's Acceptance or
NAME OF COMPLETED
DATE OF CONTRACT CONTRACT DURATION CONTRACT AMOUNT DATE OF DELIVERY Official Receipt(s) or Sales
CONTRACT
Invoice Issued for the Contract
Government

32
Private

Submitted by : ______________________________________________
(Printed Name & Signature

Designation : ______________________________________________

Date : ______________________________________________
REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.

BID SECURING DECLARATION


Project Identification No.: NOSO-GOODS-RRECIS-02-2024

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

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section
6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from
receipt of the written demand by the procuring entity for the commission of acts resulting
to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and
69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such
effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

33
Omnibus Sworn Statement
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder]
with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name
of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to
participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of
Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority
to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and
execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as
shown in the attached [state title of attached document showing proof of authorization (e.g., duly
notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney,
whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines
or any of its agencies, offices, corporations, or Local Government Units, foreign
government/foreign or international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board, by itself or by relation, membership,
association, affiliation, or controlling interest with another blacklisted person or entity as
defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy
of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the 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;

34
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related
to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third civil
degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
[Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance
with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any
form of consideration, pecuniary or otherwise, to any person or official, personnel or representative
of the government in relation to any procurement project or activity.

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

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

35
BID FORM
Date : _________________
Project Identification No. : NOSO-GOODS-RRECIS-02-2024

To: [name and address of procuring entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the
Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and
figures] or the total calculated bid price, as evaluated and corrected for computational errors,
and other bid modifications in accordance with the Price Schedules attached herewith and made
part of this Bid. The total bid price includes the cost of all taxes, such as, but not limited to:
[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes,
and (iv) other fiscal levies and duties], which are itemized herein or in the Price Schedules,

If our Bid is accepted, we undertake:

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

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

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

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


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

Name and address Amount and Purpose of


of agent Currency Commission or gratuity

________________________________________________
________________________________________________
________________________________________________
(if none, state “None”) ]

Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive.

We certify/confirm that we comply with the eligibility requirements pursuant to the


PBDs.

The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].

36
We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________
Legal capacity: _____________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________

37
FURNISHING OF CONSTRUCTION MATERIALS FOR THE REPAIR OF UPSTREAM AND
DOWNSTREAM PORTION OF INTAKE OF NAGBALAYE CIS, STA. CATALINA, NEGROS
NOSO-GOODS-RRECIS-02-2024

PRODUCTION/DELIVERY SCHEDULE

Item Description Quantity Unit Within 120 Calendar Days

1 Portland Cement Type I 2000 bags


2 12mmØ x 6m. RSB def. bar (std.) 1600 pcs.
3 1/2" x 4' x 8' Phenolic Board 80 shts.
4 Tie Wire # 16 120 kls
5 CWN # 4" 60 kls
6 CWN # 3" 30 kls
7 CWN # 1 1/2" 20 kls
8 2" x 4" x 12' Coco Lumber (800bd.ft.) 100 pcs.
9 2" x 3" x 12' Coco Lumber (600bd.ft.) 100 pcs.
10 2" x 2" x 12' Coco Lumber (400bd.ft.) 100 pcs.
11 Sand Good Quality 60 cu.m.
12 Gravel Good Quality 80 cu.m.
13 Boulders 50 cu.m.
NOTE: Hardware Materials (Item #s 1,2,3,4,5,6,7,8,9 & 10) - FOB STORE
Aggregates (Item #s 11, 12 & 13) - DELIVER TO JOBSITE

NAME OF FIRM:_________________________________________
______________________________________
NAME IN PRINT & SIGNATURE OF BIDDER

38
Name of Bidder : ____________________________________________ Project ID No. NOSO-GOODS-RRECIS-02-2024 Page 1 of 1
1 2 3 4 5 6 7 8 9 10
Transportation Sales and other
Cost of Incidental
and all other taxes payable if Total Price, per Total Price delivered
Country of Unit price Services, if
Item Description Quantity costs incidental Contract is unit Final Destination
origin EXW per item applicable, per
to delivery, per aw arded, per (col 5+6+7+8) (col 9) x (col 4)
item
item item

1 Portland Cement Type I 2000 bags


2 12mmØ x 6m. RSB def. bar (std.) 1600 pcs.
3 1/2" x 4' x 8' Phenolic Board 80 shts.
4 Tie Wire # 16 120 kls
5 CWN # 4" 60 kls
6 CWN # 3" 30 kls

39
7 CWN # 1 1/2" 20 kls
8 2" x 4" x 12' Coco Lumber (800bd.ft.) 100 pcs.
9 2" x 3" x 12' Coco Lumber (600bd.ft.) 100 pcs.
10 2" x 2" x 12' Coco Lumber (400bd.ft.) 100 pcs.
11 Sand Good Quality 60 cu.m.
12 Gravel Good Quality 80 cu.m.
13 Boulders 50 cu.m.
NOTE: Hardware Materials (Item #s 1,2,3,4,5,6,7,8,9 & 10) - FOB STORE
Aggregates (Item #s 11, 12 & 13) - DELIVER TO JOBSITE

Name: ___________________________________________________________________
Legal Capacity: ____________________________________________________________
Signature: ________________________________________________________________
40

You might also like