terms and conditions - bureau of corrections announcement/als msc (nego).pdf · form. b.) price...

21
Page 1 Republic of the Philippines Department of Justice BUREAU OF CORRECTIONS City of Muntinlupa NOTICE FOR NEGOTIATED PROCUREMENT PROJECT TITLE SUPPLY/ DELIVERY CONSTRUCTION MATERIALS FOR REPAIR/REPAINTING OF ALTERNATIVE LEARNING SYSTEM BUILDING (NON-FORMAL) SCHOOL, MSC, CAMP SAMPAGUITA, MUNTINLUPA CITY (Negotiated Procurement Two Failed Bidding) APPROVED BUDGET OF THE CONTRACT Php 499,881.32 Name of Company: ___________________________________________ Address: ___________________________________________________ Business Permit No.:________________________ TIN No.: _________________________________________ Terms and Conditions a.) Bidders shall provide correct and accurate information required in this form. b.) Price quotation/s must be valid for a period of One Hundred Twenty (120) calendar days from the date of submission. c.) Price quotation/s, to be denominated in Philippine peso shall include all taxes, duties and/or levies payable. d.) Quotations exceeding the Approved Budget for the Contract shall be rejected. e.) Award of contract shall be made to the lowest quotation (for goods and infrastructure) or, the highest rated offer (for consulting services) which complies with the minimum technical specifications and other terms and conditions stated herein. f.) Any alterations, erasures or overwriting shall be valid only if they are signed or initialed by you or any of your duly authorized representative/s. g.) The item/s shall be delivered within forty (45) calendar days from receipt of approved purchase order/Notice to Proceed. h.) The BuCor shall have the right to inspect and/or to test the goods to confirm their conformity to the technical specifications. i.) Liquidated damages equivalent to one tenth of one percent (0.001%) of the value of the goods not delivered within the prescribed delivery period shall be imposed per day of delay. The BuCor shall rescind the contract once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, without prejudice to other courses of action and remedies open to it. j.) Bidders shall submit other LEGAL, TECHNICAL AND FINANCIAL documents as maybe required by the BAC once declared the LOWEST CALCULATED QUOTATION (LCQ). k.) Late submission of RFQ shall not be accepted. BIDDERS STATEMENT OF COMPLIANCE TO TERMS & CONDITIONS: ______________________________________________________ Signature over Printed Name of Authorized Representative

Upload: others

Post on 24-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1

    Republic of the Philippines

    Department of Justice

    BUREAU OF CORRECTIONS City of Muntinlupa

    NOTICE FOR NEGOTIATED PROCUREMENT

    PROJECT TITLE SUPPLY/ DELIVERY CONSTRUCTION MATERIALS FOR REPAIR/REPAINTING OF ALTERNATIVE LEARNING SYSTEM BUILDING

    (NON-FORMAL) SCHOOL, MSC, CAMP SAMPAGUITA, MUNTINLUPA CITY

    (Negotiated Procurement – Two Failed Bidding)

    APPROVED BUDGET OF THE CONTRACT Php 499,881.32 Name of Company: ___________________________________________ Address: ___________________________________________________ Business Permit No.:________________________ TIN No.: _________________________________________

    Terms and Conditions

    a.) Bidders shall provide correct and accurate information required in this form.

    b.) Price quotation/s must be valid for a period of One Hundred Twenty (120) calendar days from the date of submission.

    c.) Price quotation/s, to be denominated in Philippine peso shall include all taxes, duties and/or levies payable.

    d.) Quotations exceeding the Approved Budget for the Contract shall be rejected.

    e.) Award of contract shall be made to the lowest quotation (for goods and infrastructure) or, the highest rated offer (for consulting services) which complies with the minimum technical specifications and other terms and conditions stated herein.

    f.) Any alterations, erasures or overwriting shall be valid only if they are signed or initialed by you or any of your duly authorized representative/s.

    g.) The item/s shall be delivered within forty (45) calendar days from receipt of approved purchase order/Notice to Proceed.

    h.) The BuCor shall have the right to inspect and/or to test the goods to confirm their conformity to the technical specifications.

    i.) Liquidated damages equivalent to one tenth of one percent (0.001%) of the value of the goods not delivered within the prescribed delivery period shall be imposed per day of delay. The BuCor shall rescind the contract once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, without prejudice to other courses of action and remedies open to it.

    j.) Bidders shall submit other LEGAL, TECHNICAL AND FINANCIAL documents as maybe required by the BAC once declared the LOWEST CALCULATED QUOTATION (LCQ).

    k.) Late submission of RFQ shall not be accepted.

    BIDDERS STATEMENT OF COMPLIANCE TO TERMS & CONDITIONS:

    ______________________________________________________ Signature over Printed Name of Authorized Representative

  • Page 2

    DOCUMENTS REQUIRED TO BE SUBMITTED:

    Class “A’ Documents

    a.) Legal Documents a.1) Certified True Copy of valid & current DTI/SEC Registration a.2) Certified True Copy of valid & current Mayor’s Permit/Business Permit a.3) Certified True Copy of Valid & Current Tax Clearance;

    b.) Technical Documents b.1) 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 (ANNEX “A”);

    b.2) Statement identifying the bidder’s single largest completed contract similar to contract to be bid (ANNEX “B”) w/ contract value of at least 25% of ABC.

    The following documents must be attached to ANNEX “B” 1. Certified True Copy of End-Users Acceptance; or 2. Certified True Copy of Official Receipt

    c.) Financial Documents c.1.) Certified true copy of Audited Financial statements for 2015, which must include the following and stamped received by the Bureau of Internal Revenue a.) Independent Auditor’s Report b.) Balance Sheet (Statement of Financial Position) c.) Income Statement (Statement of comprehensive Income) d.) Notes to Financial Statement e.) Cash Flow

    c.2) The prospective bidder’s computation for its Net Financial Contracting Capacity (ANNEX “C”) c.3) Latest Annual Tax Return must be attached to the NFCC computation that was filed thru Electronic Filing and Payment Systems (EFPS) and must be duly validated with the tax payments made thereon for the preceding Tax Year be it on a calendar of fiscal year income per Revenue Regulations 3-2005.

    Class “B” Documents If applicable, the JVA in case of 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. (ANNEX “D”)

    i.) In case the joint venture is not yet in existence, the submission of a valid JVA shall be within ten (10) calendar days from receipt by the bidder of the notice from the BAC that the bidder is the Lowest Calculated and Responsive Bid (Sec. 37.1.4 (a)(i) ii) Each partner of a joint venture agreement shall likewise submit the above stated legal documents. Submission of Technical Documents and Financial Documents by any of the joint venture partners constitutes compliance.

    Certified True Copy of valid and current PhilGeps Registration

    Duly Notarized Omnibus Sworn Statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the form attached hereto as ANNEX “E”

    Duly notarized Special Power of Attorney – For sole proprietorship if owner opts to designate a representative/s

    Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s, issued by the corporation, cooperative or the members of the joint venture.

    Duly Notarized Certification as to Compliance of Existing Labor Laws and Standards

    (ANNEX F) Duly signed and completed Technical Bid Form. Bidders must use, accomplish and

    submit the Technical Bid Form hereto attached as ANNEX “G”.

    BIDDERS STATEMENT OF COMPLIANCE ON THE REQUIRED DOCUMENTS:

    ______________________________________________________

    Signature over Printed Name of Authorized Representative

  • Page 3

    GENERAL INSTRUCTIONS:

    a.) Each Bidder shall submit the following in one (1) big envelope duly labeled containing two sets of envelopes:

    First envelope must contain four (4) copies of Legal, Technical, Financial and duly conformed Technical Bid Form Documents duly marked as “1

    st Copy”, 2

    nd Copy”, “3

    rd Copy “and 4

    th

    Copy”. Second envelope must contain four (4) copies of Financial Bid Documents duly marked as “1st Copy”, 2nd Copy”, “3rd Copy” and 4th Copy”. b.) Pre-Submission shall be on Aug. 30, 2016 at 10:00 AM at the BAC/Secretariat Office c.) Submission and Opening of Sealed RFQ shall be on Sept. 2, 2016 at 10:00 AM same venue d.) Late Submission of RFQ shall not be accepted

    BIDDERS STATEMENT OF COMPLIANCE ON THE GENERAL INSTRUCTIONS:

    ______________________________________________________ Signature over Printed Name of Authorized Representative

    SUPT. ROBERTO R. RABO

    OIC, Supply Office

  • Page 4

    ANNEX “A”

    Company Letterhead

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    Statement of all its ongoing government and or private contracts within the last two (2) years, including

    contracts awarded but not yet started, if any

    Name of

    client

    Name of

    Contract

    Date and

    status of

    contract

    Kinds

    of

    Goods

    Amount of

    contract

    Value of

    outstanding

    contracts

    Date of

    Delivery

    Purchase

    order

    Number/s or

    Date of

    Contract/s

    CERTIFIED CORRECT:

    _______________________________________

    Name and Signature of Authorized Representative

    _______________________________________ Position

    __________________________________________ Date

  • Page 5

    ANNEX “B”

    Company Letterhead

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    Statement of Single (1) Largest Completed Contract of Similar nature within the last two (2) years from the date of submission and receipt of bids amounting to at twenty five percent (25%) of the Approved Budget of the Contract

    Name

    of client

    Name of

    Contract

    Date of

    contract

    Kinds of

    Goods

    Value of

    contract

    Date of

    completion

    Official Receipt

    No. & date or

    Enduser’s

    Acceptance Date

    (Attached Copy)

    CERTIFIED CORRECT:

    _______________________________________ Name and Signature of Authorized Representative

    _______________________________________ Position

    __________________________________________ Date

  • Page 6

    ANNEX “C”

    Company Letterhead

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32 _________________________________________________________________________________

    CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (Please show figures at how you arrived at the NFCC)

    This is to certify that our NET FINANCIAL CONTRACTING CAPACITY (NFCC) is _________________, P________________________ which is at least equal to the total ceiling price we are bidding. The amount is computed as follows; NFCC = (CA-CL) (K) – C Where: CA = Current Assets

    CL = Current Liabilities

    K = 10 for a contract duration of one year or less,

    15 for a contract duration of more than one year up to two

    Years and 20 for a contract duration of more than two years

    C = value of all outstanding or uncompleted portions of the

    Projects under going contracts, including awarded contracts

    Yet to be started coinciding with the contract for this Project

    NOTE:

    “The values of the bidder’s current assets and current liabilities shall be based on the data submitted to the BIR, through its Electronic Filing and Payment System (EFPS).”, which shall be the basis of a domestic bidder’s Current Assets and Current Liabilities, refers to the Annual Income Tax Return and the accompanying Audited Financial Statements filed through the EFPS (GPPB Resolution No. 11-2014).

    Latest Annual Tax Return must be attached to the NFCC computation that was filed thru Electron Filing and Payment Systems (EFPS) and must be duly validated with the tax payments made thereon for the preceding Tax Year be it on a calendar of fiscal year income per Revenue Regulations 3-2005. Issued this _________________day of ________________, 20____16 _____________________________________

    Name and Signature of Authorized Representative

    _______________________________________ Position

    __________________________________________

    Date

  • Page 7

    ANNEX “D” (Page 1 of 2)

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE

    This PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE, executed by:

    ……………………..a sole proprietorship/partnership/corporation duly organized and existing under and by virtue

    of the laws of the Philippines, with offices located at………………………………,……………………………………………..,represented herein by

    its………………………….,……………………………………….., hereinafter referred to as “………………………………………..”.

    -and-

    ……………………. a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located

    at………………………………,………………………………………………………………., represented herein by its

    ……………………………,………………………………………………………………………………………………………., hereinafter referred to as

    “…………………………………………………………………………………………………………............................;

    -and-

    ………………………………………..a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located

    at……………………………………….,……………………………………………, represented herein by its

    ………………………………….,……………………………………………………………………………………………………., hereinafter referred to as “…………………………………………………”; (hereinafter referred to collectively as “Parties)

    For submission to the Bids and Awards Committee of the Bureau of Corrections pursuant to Section 23.1 (b)

    of the Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

    WITNESSETH That:

    WHEREAS, the Parties desire to participate as a joint venture in the public bidding that will be conducted by the Bureau of Corrections pursuant to Republic Act No. 9184 and its implementing rules and regulations, with following particulars:

    Bid Reference No.

    Name/Title of Procurement Project

    Approved Budget for the Contract

    NOW THEREFORE, inconsideration of the foregoing, the Parties undertake to enter into a JOINT VENTURE and sign a Joint Venture Agreement relative to their joint cooperation for this project, in the event that their bid is successful, furnishing the BUCOR BAC duly signed and notarized copy thereof within ten (10) calendar days from receipt of Notice from the BAC that our bid has the lowest calculated responsive bid or highest rated responsive bid (as the case may be). For purposes of this bid project, and unless modified by the terms of the Joint Venture Agreement, the following party shall be the authorized representative of the JV

  • Page 8

    ANNEX”D”

    (Page 2 of 2)

    JV Partner (Name of Company)

    _________________________________

    Authorized Representative of the JV Partner: (Per attached Secretary’s Certificate)

    __________________________________ Name

    __________________________________

    Designation

    That furthermore, the parties agree to be bound jointly and severally under the said Joint Venture Agreement; THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture Agreement for any reason after the Notice of Award has been issued by shall be aground for non-issuance by BUCOR of the Notice to Proceed, forfeiture of our bid security and such other administrative and/or civil liabilities as may be imposed by BUCOR under the provisions of R.A. 9184 and its Revised IRR, without any liability on the part of BUCOR. This Undertaking shall form an integral part of our Eligibility documents for the above cited project. IN WITNESS WHEREOF, the parties have signed this Protocol/Undertaking on the date first above-written. ______________________________________ ______________________________________ Supplier’s Representative/Authorized Signatory Supplier’s Representative/Authorized Signatory [JURAT] SUBSCRIBED AND SWORN TO BEFORE ME this ________________________day of __________________________at__________________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identify (as defined by 2004 Rules on Notarial Practice issued ___________________at ______________________, Philippines. Doc. No. _____ Page No. _____ Book No. _____ Series of _____ NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC,WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

  • Page 9

    ANNEX “E” OMNIBUS SWORN STATEMENT

    REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _______) S.S

    AFFIDAVIT I/We, ___________________________, of legal age, with residence at __________________, after having been duly sworn to in accordance with law and in Data Sheet for the bidding of the ______________________, do hereby certify under oath as follows:

    (a) AUTHORITY OF THE DESIGNATED REPRESENTATIVE

    (Please check appropriate box and fill up blanks) Sole Proprietorship That I am the sole proprietorship of company name/name of bidder with business address at ______________; Telephone No. _________, and such, I have the full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding. Name: ________________________ Title: ________________________ Specimen Signature:______________ Note: Please attach a Special Power of Attorney, if not the Sole Proprietorship/Owner.

    Corporation, Partnership, Cooperative

    That I /We am/are the duly authorized representative/s of company name located at __________, with Telephone No. _________ Fax No. ____________ and e-mail address, ________________________________, as shown in the attached Secretary’s Certificate issued by the corporation or the members of the joint venture, and granted full power and authority to execute and perform any and all acts necessary and/or to represent our company in the abovementioned bidding ,including signing all bid documents and other related documents such as the contracts.

    1) Name:_____________________ Title:_______________________ Specimen Signature:__________

    2) Name:______________________ Title:________________________ Specimen Signature:___________

    Note: Please attach duly executed Secretary’s Certificate

  • Page 10

    ANNEX “E “(Page 2 of 3)

    (b)

    NON-INCLUSION IN THE BLACKLIST BY ANY AGENCY OR GOVERNMENT

    INSTRUMENTALITY NOR UNDER SUSPENSION STATUS WITH NEW BILIBID PRISON

    That the firm I/We represent is not currently blacklisted or barred from bidding by any government

    office/agency/corporation or Local Government Unit nor under suspension with New Bilibid Prison (NBP)

    (c) AUTHENTICITY OF SUBMITTED DOCUMENTS

    That all the certified true copies of documents submitted by our company are true and faithful reproductions or copies of the originals and all the contents/information contained therein are true, correct and unaltered.

    (d) AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

    THE BIDS & AWARDS COMMITTEE BUREAU OF CORRECTIONS

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    The undersigned duly authorized representative of the Applicant, for and in behalf of the Applicant, hereby submits this Letter of Authorization in relation with Application to apply for Eligibility and to Bid for the subject contract to Bid. In connection thereat, all public official, engineer, architect, surety company, bank institution or other person, company or corporation named in the eligibility documents and statements are hereby requested and authorized to furnish the Chairman, BuCor Bids & Awards Committee or her duly authorized representative/s any information necessary to verify the correctness and authenticity of any item stated in the said documents and statements regarding our competence and general reputation.

    I/We hereby give consent and give authority to the Chairman of BuCor Bids and Awards Committee or her duly authorized representative, to verify the authenticity and correctness, of any or all of the documents and statements submitted herein; and that I/we hereby hold myself liable, criminally or civilly, for any misrepresentation or false statements made there in which shall be ground for outright disqualification and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from participating in future biddings of Bureau of Corrections.

    (e) DISCLOSURE OF RELATIONS

    That for and in behalf of the Bidder, I/We hereby declare that: /__/ if the bidder is an individual or a sole proprietorship,to the bidder’s itself /__/ if the bidder is a partnership, to all its officers and members; /__/ if the bidder is a corporation, to all its officers, directors, and controlling stockholders, /__/ if the bidder is a JV, to all its partners and members

    are not related by consanguinity or affinity up to the third civil degree with the members of the Board of Directors, the President, Officers or Employees having direct access to information that may substantially affect the result of the bidding such as, but not limited to, the members of the BAC, the members of the TWG the BuCor BAC Secretariat and the end-user/proponent. It is fully understood that the existence of the aforesaid relation by consanguinity of affinity of the Bidder with the aforementioned Officers of the Corporation shall automatically disqualify the Bid.

  • Page 11

    ANNEX “E “(Page 3 of 3)

    (f) COMPLIANCE WITH EXISTING LABOR LAWS AND STANDARS

    That our company diligently abides and complies with existing labor laws and standards.

    (g) BIDDER’S RESPONSIBILITIES

    1. That I/we have taken steps to carefully examine all of the bidding documents; 2. That I/we acknowledge all conditions, local or otherwise affecting the implementation of the contract 3. That I/we made an estimate of the facilities available and needed for the contract to be bid, if any; 4. That I/we will inquire or secure Supplemental/Bid Bulletins issued for this project; 5. That the submission of all bidding requirements shall be regarded as acceptance of all conditions of

    bidding and all requirements of authorities responsible for certifying compliance of the contract; 6. That I have complied with our responsibility as provided for in the bidding documents and all

    Supplemental/ Bid Bulletins; 7. That failure to observe any of the above responsibilities shall be at my own risk and 8. That I agree to be bound by the terms and conditions stated in the Conditions of the Contract for this

    project.

    (h) DID NOT PAY ANY FORM OF CONSIDERATION

    ______ [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form

    of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the

    government in relation to any procurement project or activity.

    IN WITNESS WHEREOF, I have hereunto set my hand this ______ day of _____, ____ at______________, Philippines. ____________________________________ Bidder’s Representative /Authorized Signatory SUBSCRIBED AND SWORN TO BEFORE ME this ______day of _______________at ________________, Philippines. Affiant exhibited to me his/her Competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice __________________issued __________________________at________________________, Philippines. NOTARY PUBLIC Doc. No. ________________ Page No. ________________ Book No. ________________ Series of ________________

    NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC,WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

  • Page 12

    ANNEX “F”

    CERTIFICATION AS TO COMPLIANCE OF EXISTING LABOR LAWS AND STANDARDS

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    Date of Opening of Bids: __________________________________ I, _____(Name of the Representative of the Bidder__________________ of legal age, with residence and address at _________________________________, after having been duly sworn to in accordance with

    law, hereby depose and say:

    1. That I am the ___(position of the representative of the Bidder)____ of __(Name of the Bidder)______;

    2. That our firm/company shall abide with the existing labor laws and standards, rules and regulations of

    the Department of Labor and Employment (DOLE) in connection with the implementation of the

    project.

    3. That if our Firm/Company violates any rule and regulations as prescribed for by DOLE, I/We will

    accept sanctions that may be imposed on our firm.

    IN FAITH WHEREOF, I hereunto affixed my signature this _____________ day of ______ at

    ___________, Philippines.

    ___________

    Affiant

    REPUBLIC OF THE PHILIPPINES )

    CITY OF ___________________ ) S.S.

    SUBSCIBED AND SWORN to before me this _______ day of ________ in __________, Philippines.

    Affiant exhibiting to me his ___________________ issued on _____________________.

    Doc. No. __________

    Book No. __________

    Page No. ________

    Series of ________

    NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC,WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

  • Page 13

    ANNEX “G” Page 1 of 3

    Republic of the Philippines

    Department of Justice BUREAU OF CORRRECTIONS

    City of Muntinlupa

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    (PLEASE USE THIS BID FORM AND DO NOT RETYPE OR ALTER)

    TECHNICAL BID FORM Php. 499,881.32 Page 1 of 2

    Item No.

    QTY Unit of Issue

    Purchaser Specifications Bidders Statement of Compliance

    1 119 pcs ¼” x 4’ x 8’ Plywood

    2 20 pcs ½” x 4’ x 8’ Plywood

    3 20 pcs 1” x 3” x 12’ Good Lumber

    4 90 pcs 2” x 2” x 10’ Good Lumber

    5 80 pcs 2” x 2” x 12’ Good Lumber

    6 70 pcs 2” x 2” x 14’ Good Lumber

    7 12 pcs 2” x 6” x 14’ Good Lumber

    8 8 pcs 2” x 6” x 8’ Good Lumber

    9 120 bag Cement

    10 40 cu.m Fine Sand

    11 10 cu.m Crushed Gravel (1/2” dia.)

    12 350 pcs CHB (4”)

    13 80 pcs C-Purlins 2” x 3” x 20’

    14 16 pcs C-Purlins 2” x 6” x 20’ (Fascia Board)

    15 170 pcs Corrugated G.I. sheet x 12’ Ga. 24 16 2900 pcs Tekscrew (2” ½’)

    17 20 pcs Tubular 2” x 5” x 20’

    18 20 pcs 10mm x 6m, Deformed Bar

    19 30 pcs 12mm x 6m, Deformed Bar

    20 18 pcs 16” x 8’ Ridge Rolls Ga. 24

    21 18 pcs Ordinary Gutter

    22 4 box Welding Rod (6013)

    23 8 kls Concrete Nail (3”)

    24 15 kls CWN (4”)

    25 24 kls CWN (3”)

    26 20 kls CWN (2-1/2”)

    27 22 kls CWN (2”)

    28 5 kls CWN (1”)

    29 8 kls Finishing Nail (1”)

    30 4 gal Elastomeric Sealant

    31 10 pcs Electrical Tape (big)

    32 24 set Flourescent Lamp 40w(complete accessories)

    33 10 pcs Wall Mounted 2-Gang Switch 34 14 pcs Wall Mounted Convinience Outlet 2-Gang

    35 28 pcs Utility Box (plastic) 2” x 4”

    36 40 pcs Octagonal Plastic junction Box 4” x 4”

    37 80 pcs PVC Conduit Pipe (SH) ½” dia.

  • Page 14

    Php. 499,881.32 Page 2 of 2 Item

    No.

    QTY Unit of Issue

    Purchaser Specifications Bidders Statement of Compliance

    38 5 box THHN Insulated Copperwire (stranded) #14

    39 3 box THHN Insulated Copperwire (stranded) #12

    40 30 pcs PVC Holder ½” dia.

    41 1 ltr PVC Cement 400cc

    42 75 mtr Flexible Conduit ½” dia.

    43 4 tin Epoxy Primer

    44 4 tin Paint Thinner

    45 6 tin Flat Wall Enamel (white)

    46 5 tin Flat Latex (white)

    47 5 tin Gloss Latex (white)

    48 2 bag Patching Compound 49 4 mtr Sandpaper # 100

    50 4 mtr Sandpaper # 120

    51 4 mtr Sandpaper # 220

    52 2 ltr Acrycolor (lamp black)

    53 3 ltr Acrycolor (thalo blue)

    54 3 ltr Acrycolor (thalo green)

    55 7 ltr Acrycolor (raw sienna)

    56 6 pcs Paint Roller (6”) w/handle & pan

    57 4 pcs Paint Brush (4”)

    58 4 pcs Paint Brush (3”)

    59 4 pcs Paint Brush (2”)

    60 1 ltr Tinting Color (lamp black)

    Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters

    of each Specification stating the corresponding performance parameter of the equipment offered.

    Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-

    referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales

    literature, unconditional statements of specification and compliance issued by the manufacturer,

    samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation

    liable for rejection. A statement either in the Bidders statement of compliance or the supporting

    evidence that is found to be false either during Bid evaluation, post-qualification or the execution of

    the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution

    subject to the provisions of ITB Clause Error! Reference source not found. and/or GCC Clause

    Error! Reference source not found..

  • Page 15

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC

    BID OFFER INCLUSIVE OF VAT Php. 499,881.32

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    1. 119 pcs Plywood ¼” x 4’ x 8’ 43,435.00

    2. 20 pcs Plywood ½” x 4’ x 8’ 12,060.00

    3. 20 pcs Good Lumber 1” x 3” x 12’ 2,780.00

    4. 90 pcs Good Lumber 2” x 2” x 10’ 12,510.00

    5. 80 pcs Good Lumber 2” x 2” x 12’ 13,520.00

    6. 70 pcs Good Lumber 2” x 2” x 14’ 13,090.00

    7. 12 pcs Good Lumber 2” x 6” x 14’ 7,512.00

    8. 8 pcs Good Lumber 2” x 6” x 8’ 2,856.00

    9. 120 bag Cement 26,880.00

    10. 40 cu.m Fine Sand 31,960.00

    Total:P166,603.00

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 16

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC

    BID OFFER INCLUSIVE OF VAT Php. 499,881.32

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    11. 10 cu.m Crushed Gravel (1/2”) 11,990.00

    12. 350 pcs CHB (4”) 5,687.50

    13. 80 pcs C-Purlins 2” x 3” x 20’ 39,760.00

    14. 16 pcs C-Purlins 2” x 6” x 20’(fascia board) 7,952.00

    15. 170 pcs Corrugated G.I. sheets x 12’ Ga. 24 96,900.00

    16. 2900 pcs Tekscrew (2”1/2) 5,800.00

    17. 20 pcs Tubular 2” x 5” x 20’ 26,000.00

    18. 20 pcs 10mm x 6m, Deformed Bar 2,580.00

    19. 30 pcs 12mm x 6m, Deformed Bar 5,580.00

    20. 18 pcs 16” x 8’ Ridge Rolls, Ga.24 3,564.00

    Total:P205,813.50

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days fro m receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 17

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning

    System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC

    BID OFFER INCLUSIVE OF VAT Php. 499,881.32

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    21. 18 pcs Ordinary Gutter 4,500.00

    22. 4 box Welding Rod (6013) 8,516.00

    23. 8 kls Concrete Nail (3”) 576.00

    24. 15 kls CWN (4”) 551.25

    25. 24 kls CWN (3”) 903.60

    26. 20 kls CWN (2-1/2”) 797.00

    27. 22 kls CWN (2”) 856.90

    28. 5 kls CWN (1”) 221.75

    29. 8 kls Finishing Nail (1”) 354.80

    30. 4 gal Elastomeric Sealant 5,560.00

    Total:P22,837.30

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days fro m receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 18

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City

    (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC BID OFFER

    INCLUSIVE OF VAT Php. 499,881.32

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    31. 10 pcs Electrical Tape (big) 250.00

    32. 24 set Flourescent Lamp 40w(w/complete accessories

    1,920.00

    33. 10 pcs Wall Mounted 2-Gang Switch 1,450.00

    34. 14 pcs Wall Mounted Convinience Outlet 2-Gang 2,100.00

    35. 28 pcs Utility Box (plastic) 2” x 4” 454.72

    36. 40 pcs Octagonal Plastic Junction Box 4”x4” 828.80

    37. 80 pcs PVC Conduit Pipe (SH) ½” dia. 5,680.00

    38. 5 box THHN Insulated Copperwire(st) #14 10,280.00

    39. 3 box THHNInsulated Copperwire (str) # 12 9,030.00

    40. 30 pcs PVC Holder ½” dia. 750.00

    Total:P32,743.52

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days fro m receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 19

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning

    System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC

    BID OFFER INCLUSIVE OF VAT Php. 499,881.32

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    41. 1 ltr PVC Cement 400cc 25.00

    42. 75 mtr Flexible Conduit ½” dia. 26,175.00

    43. 4 tin Epoxy Primer 5,308.00

    44. 4 tin Paint Thinner 3,760.00

    45. 6 tin Flat Wall Enamel (white) 11,886.00

    46. 5 tin Flat Latex (white) 8,095.00

    47. 5 tin Gloss Latex (white) 11,925.00

    48. 2 bag Patching Compound 832.00

    49. 4 mtr Sandpaper # 100 200.00

    50. 4 mtr Sandpaper # 120 200.00

    Total:P68,406.00

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 20

    Republic of the Philippines Department of Justice

    BUREAU OF CORRRECTIONS City of Muntinlupa

    Financial Bid Form (Prices must be inclusive of VAT)

    PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

    Supply/ Delivery Construction Materials For Repair/Repainting Of Alternative Learning

    System Building (Non-Formal) School, Msc, Camp Sampaguita, Muntinlupa City (Negotiated Procurement – Two Failed Bidding)

    Approved Budget for the Contract (ABC) P 499,881.32

    ABC

    BID OFFER INCLUSIVE OF VAT Php. 600,000.00

    Item

    No.

    QTY Unit of Issue

    Specifications Unit Price Total Bid Amount

    51. 4 mtr Sandpaper # 220 200.00

    52. 2 ltr Acrycolor (lamp black) 288.00

    53. 3 ltr Acrycolor (thalo blue) 432.00

    54. 3 ltr Acrycolor (thalo green) 432.00

    55. 7 ltr Acrycolor (raw sienna) 1,008.00

    56. 6 pcs Paint Roller (6”) w/handle & pan 600.00

    57. 4 pcs Paint Brush (4”) 136.00

    58. 4 pcs Paint Brush (3”) 96.00

    59. 4 pcs Paint Brush (2”) 60.00

    60. 1 ltr Tinting Color (lamp black) 226.00

    Total:P 3,478.00

    BIDDERS UNDERTAKING

    I/We, the undersigned bidder having examined the Bidding documents including Bid Bulletins, as applicable, hereby BID to SUPPLY AND DELIVER the above described item/s

    I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days fro m receipt of the Notice of Award until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

    ___________________________________________________ Name of company in Print

    Signature of Authorized Representative

    __________________________________________________

    Date

  • Page 21