ITB-Goods 23GME0026 6
ITB-Goods 23GME0026 6
ITB-Goods 23GME0026 6
Procurement of
GOODS
Government of the Republic of the Philippines
23GME0026
Supply & Delivery of Construction Materials for use in Emergency
Repair/Maintenance of Pavement (Pothole Patching) along National
Roads within Sarangani District Engineering Office, Sarangani
Province
Sixth Edition
July 2020
0
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by
any branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. 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 Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included
in the final documents. 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 Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.
1
d. The cover should be modified as required to identify the Bidding Documents
as to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
Table of Contents
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])
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])
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.
4
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
EXW – Ex works.
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])
5
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])
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.
6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance
with Section 21.2 of the 2016 revised IRR of RA No. 9184.
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of
bids;
b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;
c. The deadline for the submission and receipt of bids; and
d. Any important bid evaluation criteria (e.g., the application of a margin of
preference in bid evaluation).
The IB should be incorporated in the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant
information in the Bid Data Sheet.
7
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province
1. The DPWH Sarangani District Engineering Office, through the Government of the
Philippines FY2023 intends to apply the sum of:
1. P 988,714.65
QTY/UNIT DESCRIPTION:
2. The DPWH Sarangani District Engineering Office now invites bids for the above
Procurement Project. Delivery of Goods required is Twenty Five (25) Calendar
Days for item 1. Bidders should have completed a contract similar to the Project.
The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II (Instructions to Bidders).
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
8
a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
organizations with at least sixty percent (60%) interest or outstanding capital
stock belonging to citizens of the Philippines, and to citizens or organizations of a
country the laws or regulations of which grant similar rights or privileges to
Filipino citizens, pursuant to RA No. 5183.
4. Prospective Bidders may obtain further information from DPWH Sarangani District
Engineering Office, Sarangani Province and inspect the Bidding Documents at the
address given below during 8:00AM to 5:00PM (Office Hour).
6. Bids must be duly received by the BAC Secretariat through manual submission at the
office address indicated below on or before March 29, 2023 @ 10:00 A.M. Late
bids shall not be accepted.
ZOOM
Meeting ID: 937 563 6853
Password: SGNI22
8. Bid opening shall be on March 29, 2023, immediately after the deadline of
submission of bids at DPWH-Sarangani DEO Conference Room and/or via
zoom or Facebook livestream using the details above. Bids will be opened in
the presence of the bidders’ representatives who choose to attend the activity.
9. The DPWH Sarangani District Engineering 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 Sections 35.6 and 41 of the 2016 revised
IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or
bidders.
EDWARD D. CARILLO
Head, Procurement Unit, DPWH – Sarangani DEO
9501, Kawas, Alabel, Sarangani Province
carillo.edward@dpwh.gov.ph
Contact nos.: 083-892-5877
9
0917 456 8768
10
Section II. Instructions to Bidders
11
1. Scope of Bid
The Procuring Entity, DPWH Sarangani District Engineering Office wishes to receive
Bids for the Supply & Delivery of Const. Materials for use of Emergency
Repair/Maintenance of Pavement (Pothole Patching) along National Roads within
Sarangani District Engineering Office, Sarangani Province with identification
number 23GME0026.
QTY/
DESCRIPTION:
UNIT
Asphalt Cement Penetration
D
49 Grade 60-70
(200kgs./drum)
2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY2023 in the
amount of Php 988,714.65
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.
12
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.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
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:
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of
the 2016 IRR of RA No. 9184.
5.5. Failure to State the mandatory provisions in the Bidding Form, Bid Securing
Declaration, Omnibus Sworn Statement, Warranty Security, Performance
Security and other related documents as prescribed in GPPB Resolution No.
16-2020 shall be ground for Ineligibility or Disqualification.
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.
7.2. Subcontracting of any portion of the Project does not relieve the Supplier of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
13
or workmen as fully as if these were the Supplier’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.
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 Conference Room of DPWH – Sarangani
District Engineering Office, Kawas, Alabel, Sarangani Province and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.
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 Twenty Five (25) Calendar Days 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.
14
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
ii. The cost of all customs duties and sales and other taxes already
paid or payable;
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.
15
a. For a single year Framework Agreement, the prices quoted by the Bidder
shall be fixed during the Bidder’s performance of the contract and not
subject to variation or escalation on any account. Price schedules required
under Clause 12.1 shall be submitted with the bidding documents.
a. Philippine Pesos.
14.2. The Bid and bid security shall be valid until One Hundred Twenty (120)
Calendar Days after the opening of bids. Any Bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.
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.
1
16
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.
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 15
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.
17
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.
18
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
19
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:
a. Construction Materials
b. completed within Twenty Five (25) Calendar Days prior to the deadline
for the submission and receipt of bids.
12 The price of the Goods shall be quoted DDP DPWH-Sarangani District
Engineering Office 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 Php 19,774.29 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 Php 49,435.73 if bid security is in Surety
Bond.
19.3 Supply & Delivery of Construction Materials for use in Emergency
Repair/Maintenance of Pavement (Pothole Patching) along National Roads
within Sarangani District Engineering Office, Alabel, Sarangani Province.
20.2 [List here any licenses and permits relevant to the Project and the
corresponding law requiring it.]
21.2 [List here any additional contract documents relevant to the Project that may
be required by existing laws and/or the Procuring Entity.]
20
The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.
Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.
21
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).
2.1. 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 prior to the signing of the Contract by
both parties, the successful Bidder shall furnish the performance security in any of the
forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.{[Include if
Framework Agreement will be used:] In the case of Framework Agreement, the
Bidder may opt to furnish the performance security or a Performance Securing
Declaration as defined under the Guidelines on the Use of Framework Agreement.}
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.
22
23
5. Warranty
6.2. 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.
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.
24
Section V. Special Conditions of Contract
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Goods purchased. In preparing this Section, the
following aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.
25
Special Conditions of Contract
GCC
Clause
1 Upon delivery of the Goods to the Project Site, the Supplier shall notify the
Procuring Entity and present the following documents to the Procuring Entity:
(i) Original and four copies of the Supplier’s invoice showing Goods’
description, quantity, unit price, and total amount;
(ii) Original and four copies delivery receipt/note, railway receipt, or truck
receipt;
(iii) Original Supplier’s factory inspection report;
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:
Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI (Schedule of Requirements).
Incidental Services –
26
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
Spare Parts –
a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
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.
27
(15) Calendar Days.
Packaging –
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:
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
28
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 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.
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.
4 The inspections and tests that will be conducted are: [Indicate the applicable
inspections and tests]
29
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 Delivered,
Description Quantity Total
Number Weeks/Months
Asphalt Cement
Penetration Grade 60-70 49 drums
(200kgs./drum)
Samples of specifications from previous similar procurements are useful in this respect.
The use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the
General Technical Specifications and incorporate them in a separate subsection. The
General Technical Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in manufacturing similar goods. Deletions or addenda
should then adapt the General Technical Specifications to the particular procurement.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized
Philippine and international standards should be used as much as possible. Where other
particular standards are used, whether national standards or other standards, the
specifications should state that equipment, materials, and workmanship that meet other
authoritative standards, and which ensure at least a substantially equal quality than the
standards mentioned, will also be acceptable. The following clause may be inserted in the
Special Conditions of Contract or the Technical Specifications.
Wherever reference is made in the Technical Specifications to specific standards and codes
to be met by the goods and materials to be furnished or tested, the provisions of the latest
edition or revision of the relevant standards and codes shall apply, unless otherwise
expressly stated in the Contract. Where such standards and codes are national or relate to a
particular country or region, other authoritative standards that ensure substantial
equivalence to the standards and codes specified will be acceptable.
Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words “or at least equivalent.”
References to brand names cannot be used when the funding source is the GOP.
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
31
during contract execution.
Bidders are also required, as part of the technical specifications, to complete their statement
of compliance demonstrating how the items comply with the specification.
32
Technical Specifications
Item Specification Statement of Compliance
33
APPENDIX “1”
BID FORM
Date : _________________
Project Identification No. : _________________
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.
________________________________________________
________________________________________________
________________________________________________
(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.
34
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].
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: ___________________
35
Price Schedule for Goods Offered from Within the Philippines
[shall be submitted with the Bid if bidder is offering goods from within the Philippines]
______________________________________________________________________________
1 2 3 4 5 6 7 8 9 10
Item Description Country Quantity Unit price Transportation Sales and Cost of Total Total Price
of origin EXW per and all other other taxes Incidental Price, per delivered
item costs payable if Services, if unit Final
incidental to Contract is applicable, Destination
delivery, per awarded, per item (col
item per item 5+6+7+8 (col 9) x
) (col 4)
Asphalt Cement
Penetration
49 drums
Grade 60-70
(200kgs./drum)
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
36
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________
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].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
37
Contract Agreement Form for the Procurement of Goods (Revised)
_________________________________________________________________________
CONTRACT AGREEMENT
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of
the other part;
WHEREAS, the Entity invited Bids for certain goods and ancillary services,
particularly [brief description of goods and services] and has accepted a Bid by the Supplier
for the supply of those goods and services in the sum of [contract price in words and figures
in specified currency] (hereinafter called “the Contract Price”).
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the
GPPB that are subsequently required for submission after the
contract execution, such as the Notice to Proceed, Variation Orders,
38
and Warranty Security, shall likewise form part of the Contract.
3. In consideration for the sum of [total contract price in words and figures] or
such other sums as may be ascertained, [Named of the bidder] agrees to [state
the object of the contract] in accordance with his/her/its Bid.
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.
for: for:
Acknowledgment
[Format shall be based on the latest Rules on Notarial Practice]
39
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________
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:
[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;
40
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of
the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
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.
41
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 21__ at
____________, Philippines.
The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:
b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.
42
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Technical Documents
⬜ (f) 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
⬜ (g) 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
⬜ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
⬜ (i) Conformity with the Technical Specifications, which may include
production/delivery schedule, manpower requirements, and/or
after-sales/parts, if applicable; and
⬜ (j) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.
43
Financial Documents
⬜ (k) The Supplier’s audited financial statements, showing, among others, the
Supplier’s total and current assets and liabilities, stamped “received” by the
BIR or its duly accredited and authorized institutions, for the preceding
calendar year which should not be earlier than two (2) years from the date of
bid submission; and
⬜ (l) The prospective bidder’s computation of Net Financial Contracting
Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu
of its NFCC computation.
44
45