Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
(PART I)
Printing (from Camera-ready Materials) of Textbooks (TXs), Teachers Manuals (TMs) and Other Learning Materials, and Delivery to DepEd Division Offices, Public School Districts, and High Schools Nationwide
February 2013
TABLE OF CONTENTS
SECTION I. INVITATION TO BID ...................................................................................................3 SECTION II. INSTRUCTIONS TO BIDDERS ..................................................................................7 SECTION III. BID DATA SHEET ...............................................................................................34 SECTION IV. GENERAL CONDITIONS OF CONTRACT .............................................................44 SECTION V. SPECIAL CONDITIONS OF CONTRACT .................................................................58 SECTION VI. SCHEDULE OF REQUIREMENTS .........................................................................66 SECTION VII. TECHNICAL SPECIFICATIONS ..........................................................................71 SECTION VIII. BIDDING FORMS .............................................................................................90
Php101,389,132.00
Php50,139,942.00
3,012,005 73,109 73,109 182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549
Php31,799,381.00
Php66,872,482
Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 2. Mathematics Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 3. Araling Panlipunan Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 4. Edukasyon sa Pagpapakatao Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 5. Music and Arts Learners Materials (LMs) Ilokano (CAR) Ilokano (R-II) Tagalog Pangasinan Kapampangan
27,504 52,443 82,446 41,941 182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php98,995,772.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php73,575,701.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php71,142,642.00
8.
Php89,905,567.00
9.
10 11 12
13 14 15 16 17 18 19 20 21
Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 6. Physical Education and Health Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 10. English Learners Materials (LMs) Grade 2 Learning Packages 11. Filipino Learners Materials (LMs) Grade 7 Learning Materials (LMs) 1. English a. Learners Materials (LMs) b. Teachers Guides (TGs) Grade 7 Learning Materials (LMs) 2. Filipino c. Learners Materials (LMs) d. Teachers Guides (TGs) Grade 8 Learning Materials (LMs) 1. Mathematics Learners Materials (LMs) Grade 8 Learning Materials (LMs) 2. Science Learners Materials (LMs) Grade 8 Learning Materials (LMs) 3. English Learners Materials (LMs) Grade 8 Learning Materials (LMs) 4. Filipino Learners Materials (LMs) Grade 8 Learning Materials (LMs) 5. Araling Panlipunan Learners Materials (LMs) Grade 8 Learning Materials (LMs) 6. Edukasyon sa Pagpapakatao Learners Materials (LMs) Grade 8 Learning Materials (LMs) 7. Music and Arts Learners Materials (LMs) Grade 8 Learning Materials (LMs) 8. Physical Education and Health
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941 2,508,765 2,508,765 1,872,012 38,819 1,872,012 38,819 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390
Php62,480,833.00
Php49,165,046.00 Php92,740,232.00 Php58,642,106.00 Php114,466,324.00 Php84,886,825.00 Php81,552,045.00 Php72,731,552.00 Php74,915,833.00 Php83,769,674.00 Php1,665,760,084.00
Source of Funds: General Appropriations Act (GAA) FY 2012 - 2013 Delivery Site: DepEd Division Offices, Public School Districts and High Schools Nationwide The Department of Education (DepEd) Central Office, through its Bids and Awards Committee (BAC) I, now invites bids for the above-mentioned project. Bids received in excess of the ABC per lot, and late bids shall be rejected. Bidders may bid for any or all lots. Evaluation and award shall be on a per lot basis in accordance with ITB Clause 1.2 of the Bidding Documents. The estimated Printing and Delivery Period is sixty (60) calendar days. Bidder must have a single largest contract that is similar to the project, within the last five (5) years from the opening of bids equivalent to at least fifty percent (50%) of the total ABC of the lots/s being bid. Bidding is restricted to Filipino citizens/sole proprietorship, 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 5183 and subject to Commonwealth Act 138. Open competitive bidding will be conducted using non-discretionary pass/fail criterion, evaluation and postqualification procedures specified in the Implementing Rules and Regulations (IRR) of R.A. 9184. Information is also available at www.deped.gov.ph or www.philgeps.net or call DepEd Procurement Service at telephone nos. 6366543/6339343. Activity Issuance Documents of Date and Time Bidding From February March 18, 2013 25, 2013 Venue DepEd-Procurement Service, 2nd to Floor, DORM B, DepEd Complex, Meralco Avenue, Pasig City Bulwagan ng Karunungan, G/F, Rizal Building, DepEd Complex, Meralco Avenue, Pasig City Bulwagan ng Karunungan, G/F, Rizal Building, DepEd Complex, Meralco Avenue, Pasig City
Prebid Conference
March 4, 2013, 10 am
The Bidding Documents may be inspected and/or purchased on the dates and venue indicated above and upon accomplishing of a bidders information sheet and payment in cash of a non-refundable fee in the amount of Philippine Pesos Fifty Thousand & 00/100 (Php50,000.00) by interested bidders to the DepEd Cashier. Only bidders that purchased the bidding documents will be allowed to submit bids. Prospective bidders are strongly encouraged to order or download the electronic copy of the Bidding Documents from the PhilGEPS website: www.philgeps.net, for them to be included in the Document Request List of the project. The bidding documents may be viewed also at the DepEd website: www.deped.gov.ph. DepEd-BAC reserves the right to reject any and all bids, declare failure of bidding, not award the contract, or annul the bidding process without thereby incurring any liability to the affected parties.
(SGD) TONISITO M.C. UMALI ESQ Assistant Secretary & BAC I Vice-Chairperson
Detailed Evaluation and Comparison of Bids .......................................................... 27 Post-Qualification..................................................................................................... 28 Reservation Clause ................................................................................................... 29 Contract Award ........................................................................................................ 30 Signing of the Contract ............................................................................................ 31 Performance Security ............................................................................................... 32 Notice to Proceed ..................................................................................................... 32
1.2.
2.
Source of Funds
The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the contract.
3.
(ii)
(iii)
collusive practices means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels. coercive practices means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract; obstructive practice is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.
(iv)
(v)
(bb)
(b)
will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.
3.2.
Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a). Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 3.
3.3.
4.
Conflict of Interest
4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) below and a general conflict of
10
interest in any of the circumstances set out in paragraphs (d) through (f) below: (a) (b) (c) (d) A Bidder has controlling shareholders in common with another Bidder; A Bidder receives or has received any direct or indirect subsidy from any other Bidder; A Bidder has the same legal representative as that of another Bidder for purposes of this bid; A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project; A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; or A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid.
(e)
(f)
4.2.
In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. On the part of the Bidder, this Clause shall apply to the following persons: (a) (b) (c) (d) If the Bidder is an individual or a sole proprietorship, to the Bidder himself; 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; and If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate.
Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder.
5.
Eligible Bidders
11
5.1.
Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding: (a) (b) Duly licensed Filipino citizens/sole proprietorships; Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; Corporations duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines; Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; and Unless otherwise provided in the BDS, persons/entities forming themselves into a JV, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent (60%).
(c)
(d)
(e)
5.2.
Foreign bidders may be eligible to participate when any of the following circumstances exist, as specified in the BDS: (a) When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate; 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; When the Goods sought to be procured are not available from local suppliers; or When there is a need to prevent situations that defeat competition or restrain trade.
(b)
Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity. Unless otherwise provided in the BDS, the Bidder must have completed at least one contract similar to the Project the value of which, adjusted to current prices using the National Statistics Office consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.
5.4.
12
For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12.1(a)(iii). 5.5. The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this Project (CLC). The NFCC, computed using the following formula, must be at least equal to the ABC to be bid: NFCC = [(Current assets minus current liabilities) (K)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project. Where: 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. The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In the case of local government units (LGUs), the Bidder may also submit CLC from other banks certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument.
6.
Bidders Responsibilities
6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII. Bidding Forms as required in ITB Clause 12.1(b)(iii). The Bidder is responsible for the following: (a) (b) (c) (d) (e) Having taken steps to carefully examine all of the Bidding Documents; Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract; Having made an estimate of the facilities available and needed for the contract to be bid, if any; Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3. Ensuring that it is not blacklisted or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;
6.2.
13
(f)
Ensuring that 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; Authorizing the Head of the Procuring Entity or its duly authorized representative/s to verify all the documents submitted; Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretarys Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture; Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019; and Complying with existing labor laws and standards, in the case of procurement of services.
(g)
(h)
(i)
(j)
Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned. 6.3. 6.4. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project. The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity. The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. Before submitting their bids, the Bidder is deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect this Project in any way. The Bidder should note that the Procuring Entity will accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.
6.5.
6.6.
6.7.
6.8.
7.
Origin of Goods
14
Unless otherwise indicated in the BDS, there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.
8.
Subcontracts
8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project. Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS. In the event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of the Goods shall be disallowed. The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.
8.2.
8.3.
9.3.
10.
15
10.1.
Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation. Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of bids. Supplemental/Bid Bulletins may be issued upon the Procuring Entitys initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of bids. Any modification to the Bidding Documents shall be identified as an amendment. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23.
10.2.
10.3.
12.
the
Bid:
Eligibility
and
Technical
Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents: (a) Eligibility Documents Class A Documents: (i) Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the BDS; Mayors permit issued by the city or municipality where the principal place of business of the prospective bidder is located;
(ii)
16
(iii)
Statement of all its ongoing and completed government and private contracts within the period stated in the BDS, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following: (iii.1) name of the contract; (iii.2) date of the contract; (iii.3) kinds of Goods; (iii.4) amount of contract and value of outstanding contracts; (iii.5) date of delivery; and (iii.6) end users acceptance or official receipt(s) issued for the contract, if completed.
(iv)
Audited financial statements, stamped received by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission; NFCC computation or CLC in accordance with ITB Clause 5.5; and
(v)
Class B Document: (vi) If applicable, the 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.
(b)
Technical Documents (i) Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of: (i.1) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments;
(i.2)
(ii)
Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents; and
17
(iii)
Sworn statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms..
13.
(b)
(ii) The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the procuring entity and that the estimates reflect the quality, supervision and risk and inflationary factors, as well as prevailing market prices, associated with the types of works or goods to be procured. (iii) The procuring entity has trained cost estimators on estimating prices and analyzing bid variances. (iv) The procuring entity has established a system to monitor and report bid prices relative to ABC and engineers/procuring entitys estimate. (v) The procuring entity has established a system to monitor and report bid prices relative to ABC and procuring entitys estimate. The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works.
14.
Alternative Bids
18
Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.
15.
Bid Prices
15.1. The Bidder shall complete the appropriate Price Schedules included herein, stating the unit prices, total price per item, the total amount and the expected countries of origin of the Goods to be supplied under this Project. The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Bill of Quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Government. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris. Prices indicated on the Price Schedule shall be entered separately in the following manner: (a) For Goods offered from within the Procuring Entitys country: (i) The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable: (i.1) on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory; or on the previously imported Goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf and any Procuring Entity country sales and other taxes which will be payable on the Goods if the contract is awarded.
15.2.
15.3.
15.4.
(i.2)
(ii)
The price for inland transportation, insurance, and other local costs incidental to delivery of the Goods to their final destination. The price of other (incidental) services, if any, listed in the BDS.
(iii)
19
(b)
For Goods offered from abroad: (i) Unless otherwise stated in the BDS, the price of the Goods shall be quoted 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. The price of other (incidental) services, if any, listed in the BDS.
(ii) 15.5.
Prices quoted by the Bidder shall be fixed during the Bidders performance of the contract and not subject to variation or price escalation on any account. A bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB Clause 24. All bid prices shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances. Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the Procuring Entity. Nevertheless, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances, regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.
16.
Bid Currencies
16.1. Prices shall be quoted in the following currencies: (a) (b) For Goods that the Bidder will supply from within the Philippines, the prices shall be quoted in Philippine Pesos. For Goods that the Bidder will supply from outside the Philippines, the prices may be quoted in the currency(ies) stated in the BDS. 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.
16.2.
If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.
16.3.
17.
Bid Validity
20
17.1.
Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids. In exceptional circumstances, prior to the expiration of the Bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.
17.2.
18.
Bid Security
18.1. The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule: Form of Bid Security (a) Cash or cashiers/managers check issued by a Universal or Commercial Bank. (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. (d) Any combination of the foregoing. Amount of Bid Security (Equal to Percentage of the ABC)
For biddings conducted by LGUs, the Bidder may also submit bid securities in the form of cashiers/managers check, bank draft/guarantee, or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement. 18.2. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. No bid securities shall be returned to bidders after the opening of bids and before contract signing, except to those that failed or declared as postdisqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, bid
21
18.3.
securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18.2. 18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidders bid security will be discharged, but in no case later than the bid security validity period as indicated in the ITB Clause 18.2. The bid security may be forfeited: (a) if a Bidder: (i) (ii) (iii) (iv) (v) withdraws its bid during the period of bid validity specified in ITB Clause 17; does not accept the correction of errors pursuant to ITB Clause 28.3(b); fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause 29.2; submission of eligibility requirements information or falsified documents; containing false
18.5.
submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding; allowing the use of ones name, or using the name of another for purposes of public bidding; withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;
(vi) (vii)
(viii) refusal or failure to post the required performance security within the prescribed time; (ix) refusal to clarify or validate in writing its bid during postqualification within a period of seven (7) calendar days from receipt of the request for clarification; any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor; failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or all other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding,
22
submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons. (b) if the successful Bidder: (i) (ii) fails to sign the contract in accordance with ITB Clause 32; or fails to furnish performance security in accordance with ITB Clause 33.
19.
19.2.
19.3.
19.4.
19.5.
20.
20.2.
23
20.3.
The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative/s. All envelopes shall: (a) (b) (c) (d) (e) contain the name of the contract to be bid in capital letters; bear the name and address of the Bidder in capital letters; be addressed to the Procuring Entitys BAC in accordance with ITB Clause 1.1; bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and bear a warning DO NOT OPEN BEFORE the date and time for the opening of bids, in accordance with ITB Clause 21.
20.4.
20.5.
If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.
22.
Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 21, shall be declared Late and shall not be accepted by the Procuring Entity.
23.
23.2.
23.3.
to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract. 23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidders bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.
24.
24.2.
24.3.
24.4.
25
24.5.
In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class A Documents described in ITB Clause 12.1(a) may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission of documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(v) by any of the joint venture partners constitutes compliance. A Bidder determined as failed has three (3) calendar days upon written notice or, if present at the time of bid opening, upon verbal notification, within which to file a request or motion for reconsideration with the BAC: Provided, however, that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a motion for reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the motion for reconsideration or protest has been resolved. The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include, as a minimum: (a) names of Bidders, their bid price, bid security, findings of preliminary examination; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read.
24.6.
24.7.
24.8.
25.2.
26.
Clarification of Bids
To assist in the evaluation, comparison, and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.
27.
Domestic Preference
26
27.1.
Unless otherwise stated in the BDS, the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following: (a) The preference shall be applied when (i) the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder, or (ii) the lowest bid offered by a non-Philippine national is lower than the lowest bid offered by a Domestic Entity. For evaluation purposes, the lowest Foreign Bid or the bid offered by a non-Philippine national shall be increased by fifteen percent (15%). In the event that (i) the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid offered by a non-Philippine national as increased, then the Procuring Entity shall award the contract to the Domestic Bidder/Entity at the amount of the lowest Foreign Bid or the bid offered by a nonPhilippine national, as the case may be. If the Domestic Entity/Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non-Philippine national within two (2) calendar days from receipt of written advice from the BAC, the Procuring Entity shall award to the bidder offering the Foreign Bid or the non-Philippine national, as the case may be, subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.
(b) (c)
(d)
27.2.
A Bidder may be granted preference as a Domestic Entity subject to the certification from the DTI (in case of sole proprietorships), SEC (in case of partnerships and corporations), or CDA (in case of cooperatives) that the (a) sole proprietor is a citizen of the Philippines or the partnership, corporation, cooperative, or association is duly organized under the laws of the Philippines with at least seventy five percent (75%) of its interest or outstanding capital stock belonging to citizens of the Philippines, (b) habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid, and (c) the business has been in existence for at least five (5) consecutive years prior to the advertisement and/or posting of the Invitation to Bid for this Project. A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles, materials or supplies of the growth or production of the Philippines, or manufactured articles, materials, or supplies manufactured or to be manufactured in the Philippines substantially from articles, materials, or supplies of the growth, production, or manufacture, as the case may be, of the Philippines.
27.3.
28.
27
28.2.
The Lowest Calculated Bid shall be determined in two steps: (a) (b) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and The ranking of the total bid prices as so calculated from the lowest to the highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.
28.3.
The Procuring Entity's BAC shall immediately conduct a detailed evaluation of all bids rated passed, using non-discretionary pass/fail criteria. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids: (a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Procuring Entity; and Arithmetical corrections. Consider computational errors and omissions to enable proper comparison of all eligible bids. It may also consider bid modifications, if allowed in the BDS. Any adjustment shall be calculated in monetary terms to determine the calculated prices.
(b)
28.4.
Based on the detailed evaluation of bids, those that comply with the abovementioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered, unless otherwise indicated in the BDS. The Procuring Entitys evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.
28.5. 28.6.
29.
Post-Qualification
29.1. The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.
28
29.2.
Within a non-extendible period of three (3) calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB, the Bidder shall submit the following documentary requirements: (a) (b) (c) (d) Tax clearance per Executive Order 398, Series of 2005; Latest income and business tax returns in the form specified in the BDS; Certificate of PhilGEPS Registration; and Other appropriate licenses and permits required by law and stated in the BDS.
Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award. 29.3. The determination shall be based upon an examination of the documentary evidence of the Bidders qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary pass/fail criterion. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower. A negative determination shall result in rejection of the Bidders Bid, in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidders capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated Responsive Bid is determined for contract award. Within a period not exceeding seven (7) calendar days from the date of receipt of the recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the said recommendation. In the case of GOCCs and GFIs, the period provided herein shall be fifteen (15) calendar days.
29.4.
29.5.
29.6.
30.
Reservation Clause
30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder, or that there has been a change in the Bidders capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect
29
its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract. 30.2. Based on the following grounds, the Procuring Entity reserves the right to reject any and all bids, declare a failure of bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding: (a) If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity, or between the BAC and any of the Bidders, or if the collusion is between or among the bidders themselves, or between a Bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition; If the Procuring Entitys BAC is found to have failed in following the prescribed bidding procedures; or For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows: (i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the procuring entity; If the project is no longer necessary as determined by the head of the procuring entity; and If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.
(b) (c)
In addition, the Procuring Entity may likewise declare a failure of bidding when: (a) (b) (c) (d) No bids are received; All prospective Bidders are declared ineligible; All bids fail to comply with all the bid requirements or fail postqualification; or The Bidder with the Lowest Calculated Responsive Bid (LCRB) refuses, without justifiable cause to accept the award of contract, and no award is made.
30
31.1. 31.2.
Subject to ITB Clause 29, the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the LCRB. Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions: (a) Submission of the valid JVA, if applicable, within ten (10) calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB; Posting of the performance security in accordance with ITB Clause 33; Signing of the contract as provided in ITB Clause 32; and Approval by higher authority, if required.
31.3.
At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirements.
32.
32.2.
32.3.
32.4.
(f) (g)
Notice of Award of Contract; and Other contract documents that may be required by existing laws and/or specified in the BDS.
33.
Performance Security
33.1. To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract. The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule: Form of Performance Security (a) Cash or cashiers/managers check issued by a Universal or Commercial Bank. (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or (d) Any combination of the foregoing. 33.3. Amount of Performance Security (Equal to Percentage of the Total Contract Price)
33.2.
Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified and selected for contract award. However if no Bidder passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with readvertisement.
34.
Notice to Proceed
32
34.1.
Within three (3) calendar days from the date of approval of the contract by the appropriate government approving authority, the Procuring Entity shall issue its Notice to Proceed to the Bidder. The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity, which date shall not be later than seven (7) calendar days from the issuance of the Notice to Proceed.
34.2.
33
Php101,389,132.00
Php50,139,942.00
Php66,872,482
34
8.
Grade 2 Learning Packages 2. Mathematics Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 3. Araling Panlipunan Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 4. Edukasyon sa Pagpapakatao Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 5. Music and Arts Learners Materials (LMs) Ilokano (CAR) Ilokano (R-II) Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya
35
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php98,995,772.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php73,575,701.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php71,142,642.00
Php89,905,567.00
9.
10 11
12
13
14 15 16 17 18 19
20
Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 6. Physical Education and Health Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 10. English Learners Materials (LMs) Grade 2 Learning Packages 11. Filipino Learners Materials (LMs) Grade 7 Learning Materials (LMs) 1. English a. Learners Materials (LMs) b. Teachers Guides (TGs) Grade 7 Learning Materials (LMs) 2. Filipino c. Learners Materials (LMs) d. Teachers Guides (TGs) Grade 8 Learning Materials (LMs) 1. Mathematics Learners Materials (LMs) Grade 8 Learning Materials (LMs) 2. Science Learners Materials (LMs) Grade 8 Learning Materials (LMs) 3. English Learners Materials (LMs) Grade 8 Learning Materials (LMs) 4. Filipino Learners Materials (LMs) Grade 8 Learning Materials (LMs) 5. Araling Panlipunan Learners Materials (LMs) Grade 8 Learning Materials (LMs) 6. Edukasyon sa Pagpapakatao Learners Materials (LMs) Grade 8 Learning Materials (LMs) 7. Music and Arts Learners Materials (LMs)
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941 2,508,765 2,508,765
Php62,480,833.00
Php117,109,150.00 Php124,484,919.00
1,872,012 38,819 1,872,012 38,819 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390
Php64,994,926.00
Php49,165,046.00
Php74,915,833.00
36
21
1,667,390 Total
Php83,769,674.00 Php1,665,760,084.00
The Funding Source is: The Government of the Philippines (GOP) Department of Education-Instructional Materials Council Secretariat (DepEd-IMCS) Textbook Budget The Total Approved Budget for the Contract is: Php1,665,760,084.00 The name of the Project is: Printing (from Camera-ready Materials) of Textbooks (TXs), Teachers Manuals (TMs) and Other Learning Materials, and Delivery to DepEd Division Offices, Public School Districts, and High Schools Nationwide.
No further instructions No further instructions None of the circumstances mentioned in the ITB Clause exists in this Project, except those falling under ITB Clause 5.2(b). In case of foreign bidder found eligible in accordance with ITB Clause 5.1, the bidder-supplier shall be represented by an agent in the Philippines authorized to communicate in writing with the Purchaser, receive and/or furnish documents, cause replacement of defective Goods or complete short deliveries, and able to carry out the Suppliers obligations prescribed in the Conditions of Contract and/or Technical Specification, and other similar acts authorized by the Supplier before award and if awarded the contract.
5.4
The Bidder must have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(iii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the total ABC of the Lots to be bid. For this purpose, similar contracts shall refer to the manufacturing of printed and bound materials, or as consolidators of educational materials.
7 8.1
No further instructions Sub-contracting of this contract in its entirety is not allowed; bidders, however, may employ sub-contractor(s) on related and ancillary services for the fulfillment of its obligations under this contract. In no case however shall these arrangements reduce/diminish nor extinguish the duties, obligations and responsibilities of the bidder under this contract. No further instructions The Procuring Entity will hold a pre-bid conference for this project on March 4, 2013, 10 am at Bulwagan ng Karunungan, G/F, Rizal Building, DepEd Complex, Meralco Avenue, Pasig City.
8.2 9.1
37
10.1
The Procuring Entitys address is: Bid and Awards Committee (BAC) I BAC 1 Chairperson c/o Procurement Service 2/F, Dorm B Building DepEd Complex, Meralco Avenue, Pasig City Tel. No.: (632) 636-65-43, 636-6542 Fax No. (632) 633-9343 Attn.: BAC I Chairperson
No further instructions. No other acceptable proof of registration is recognized. The authentic copy of Valid and current Mayors permit/municipal license, and if required in the permit submitted, appropriate Official Receipt (O.R.) of payment for the current quarter/ year. The statement of all ongoing and completed government and private contracts shall include all such contracts within the last five (5) years prior to the deadline for the submission and receipt of bids. In case the bidder has no ongoing contract, the bidder shall submit a duly signed statement of all ongoing government and private contracts provided in Section VIII, Bidding Forms and indicate No Ongoing Contract in the said form.
12.1(a)(iii)
12.1(b)(i) 12.1(b)(ii)
Original Bid Security shall be submitted inside the Technical Component Envelope. The Bidder shall submit with its bid the following additional documents: Sample of paper that will be used for this project, sealed in a separate envelope (see minimum printing paper specifications under Section VII. Technical Specifications); Two (2) sets each of ninety (90) sheets A4 size sheets of body stocks, sixty (60) A4 size sheets of cover stocks, for testing at FPRDI. Costs of the testing shall be for the account of the Bidder concerned. Note: The same paper sample shall be submitted to FPRDI Testing during post-qualification period to determine compliance with the technical specifications requirements. Declaration of the possible source (supplier) of paper that will be used by the bidder during contract implementation. Please see attached pro-forma of the said declaration in Section VIII. Bidding Forms.
13.1 13.1(b)
No additional requirements
No further instructions
38
No additional requirements
No further instructions No incidental services are required. Note: Incomplete and unsigned price schedules and bid form shall be rejected.
15.4(b)
The price of the Goods/Services shall be quoted DDP Project Sites. The Supplier shall pay all other taxes, deliver and unload the Goods at Project Site at its own expense. The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos. Payment shall be made in Philippine Peso. Bids will be valid for 120 calendar days reckoned from the date of the opening of bids. A Bid proposal valid for a shorter period shall be rejected outright as non-responsive. The bid security shall be in the following amount:
Lot ABC Forms of Bid Security Cash, Cashiers/ Surety Bond Managers Check, (5% of ABC) Bank Draft/Guarantee (2% of ABC) P2,027,782.64 P5,069,456.60 P1,002,798.84 P2,506,997.10 P635,987.62 P1,589,969.05 P1,337,449.64 P3,343,624.10 P1,979,915.44 P4,949,788.60 P1,471,514.02 P3,678,785.05 P1,422,852.84 P3,557,132.10 P1,798,111.34 P4,495,278.35 P1,249,616.66 P3,124,041.65 P2,342,183.00 P5,855,457.50 P2,489,698.38 P6,224,245.95 P1,299,898.52 P3,249,746.30 P983,300.92 P2,458,252.30 P1,854,804.64 P4,637,011.60 P1,172,842.12 P2,932,105.30 P2,289,326.48 P5,723,316.20 P1,697,736.50 P4,244,341.25 P1,631,040.90 P4,077,602.25 P1,454,631.04 P3,636,577.60 P1,498,316.66 P3,745,791.65 P1,675,393.48 P4,188,483.70 Any combination of the forms of Bid Security
16.1(b)
16.3 17.1
18.1
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
P101,389,132.00 50,139,942.00 31,799,381.00 66,872,482.00 98,995,772.00 73,575,701.00 71,142,642.00 89,905,567.00 62,480,833.00 117,109,150.00 124,484,919.00 64,994,926.00 49,165,046.00 92,740,232.00 58,642,106.00 114,466,324.00 84,886,825.00 81,552,045.00 72,731,552.00 74,915,833.00 83,769,674.00
Note: Bid Security in the form of Cash should be deposited by the Bidder
39
to the Cashier of the Procuring Entity prior to bid submission. The original copy of the Official Receipt should be submitted as part of the technical component of the bid; The Bid Security submitted must be in original form; and, In case of Surety Bond: - Must be callable upon demand and - Must be accompanied by a copy of Certificate from the Insurance Commission authorizing the insurance company to issue such security. Failure to include copy of certificate from the Insurance Commission shall be a ground for the rejection of bid.
In lieu of a bid security mentioned above, the bidder may submit a Bid Securing Declaration that is an undertaking which states, among others, that the bidder shall enter into contract with the procuring entity and furnish the required performance security within ten (10) calendar days, or less, as indicated in this Bidding Documents, from receipt of the Notice of Award, and committing to pay the corresponding fine and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated herein. The Bid Securing Declaration shall comply with the standard format as included in Section VII. Bidding Forms. 18.2 The bid security shall be valid for 120 calendar days reckoned from the date of opening of bids. A Bid Security valid for a shorter period shall be rejected outright and declared as non-responsive. Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid, and shall likewise submit the same in electronic copy (PDF format) in CD/DVD. The copies shall be marked as Copy No. 1 and 2, as appropriate. All pages of the Bid, including attachments thereto such as brochures, shall be initialed by the person or persons signing the Bid. The inner and outer envelopes shall bear the following additional identification marks: Printing (from Camera-ready Materials) of Textbooks (TXs), Teachers Manuals (TMs) and Other Learning Materials, and Delivery to DepEd Division Offices, Public School Districts, and High Schools Nationwide. For easy identification and arrangement of bid envelopes during Bid Opening and Evaluation, the following are recommended: Outer envelope shall preferably be color Red; Inner envelope containing Original shall preferably be color Blue Inner envelope containing the additional 2 copies of the bid shall preferably be color Green 21 The deadline for submission of bids will be on March 18, 2013, 10 am at Bulwagan ng Karunungan, G/F, Rizal Building, DepEd Complex,
40
20.3
Meralco Avenue, Pasig City. Bids may be submitted before March 18, 2013 at the Procurement Service Office, 2/F, Dorm B Building, Philsports Complex, Meralco Ave., Pasig City. The venue of bid opening is Bulwagan ng Karunungan, Rizal Building, DepEd Complex, Meralco Avenue, Pasig City. The date and time of bid opening is March 18, 2013, 10 am. Late bids shall be rejected. 24.2 27.1 28.3 28.3(b) 28.4 29 No further instructions. No further instructions. No further instructions Bid modification shall be allowed only in accordance with ITB Clause 23. No further instructions. The bidder having the Lowest Calculated Bid (LCB) shall: 1. Present its appropriate and clear duly signed contracts/purchase orders/agreements/notices of awards/job orders or notices to proceed, with the corresponding duly signed certificate of completion, delivery receipts, inspection and acceptance reports, certificate of final acceptance or official receipts to support its Statement of Ongoing and/or Complete Contracts on demand by the BAC or its representative/s; and 2. Present its original eligibility, technical & financial documents to the 1. BAC to verify submitted documents during bid opening. 2. In accordance with GPPB Circular No. 06-2005 dated August 5, 2005, the Procuring Entity should identify at the outset a ready and clear measure to break a tie which is based on sheer luck or chance, thus, supplementing the provisions in the ITB, the following is hereby added: In case of a tie of two or more Bidders whose bids are determined and declared as the Lowest Calculated and Responsive Bids (LCRB) having been Post-Qualified, the method to be used to break the tie is draw lots which is non-discretionary and non-discriminatory. A letter will be sent informing the concerned bidders of a tie, and the date, time and location of the drawing of lots. In case of non-appearance of one party, it waives the right to participate in the drawing of lots but not in the acceptance of award if declared as winner. To expedite the bid evaluation, the bidder at its option may submit in advance, i.e. on or before the deadline for submission and receipt of bids, the post-qualification documents, in a separate sealed envelope as follows:
24.1
29
29.2
41
1. Tax Clearance per Executive Order 398, Series of 2005 2. Latest income and business tax returns: a. Printed copies of the Electronically filed Income Tax and Business Tax Returns with copies of their respective Payment Confirmation Forms for the immediately preceding calendar/tax year from the authorized agent bank; or
b. Copies of manually filed Income Tax and Business Tax Returns for the immediately preceding calendar/tax year stamped Received by the BIR with copies of their official receipt(s) of payment(s). 3. Valid Certificate of PhilGEPS registration The envelope shall be marked: ITB 29.2 Documents Name of the Project : ___________________________________ Bid Opening Date : ___________________________________ Name of Bidder : ____________________________________ 29.2(a) 29.2(d) 29.3 True Copy of the current or valid Tax Clearance Certificate issued by the appropriate office in the BIR National Office, Quezon City. No additional requirements To determine compliance and responsiveness of its Bid in accordance with ITB Clause 12(b)(ii), as enumerated under Sections VI and VII, the samples submitted by the Lowest Calculated Bidder shall be subjected to FPRDI Testing (samples to be forwarded jointly by DepEd and the bidder) to FPRDI. Costs of the test shall be borne by the bidder concern. Failure to pass FPRDI testing twice shall be ground for forfeiture of the bid security and the disqualification of the Bidder for award. 32.4(g) Additional contract documents relevant to the Project that may be required by existing laws and/or the Procuring Entity: 1. 2. 3. 4. 5. 6. 7. 8. Resolution to Award approved by the Secretary of DepEd; Signed Bid Document, and Supplemental/Bid Bulletin, if any; Signed Annex to Special Conditions of Contract; Signed Technical Specifications, Packaging Requirements, Various Instructional Materials Requirements; Allocation List detailing the quantities for each recipient division offices, districts, and high schools; Signed Suppliers and Forwarders Declaration Conforme Signature on the Agreed Delivery Schedule with DepEdIMCS; and Conforme Signature on the Guidelines on the Delivery of Textbooks and Other Instructional Materials issued by the Department
34.2
The Contract is deemed effective from the date of receipt of the Notice to Proceed (NTP) which shall not be later than seven (7) calendar days from
42
its issuance. The Contract Completion Period (CCP) shall be within Sixty (60) cd from date of confirmation of the NTP.
43
44
1.
Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated: (a) The Contract means the agreement entered into between the Procuring Entity and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations. The Goods means all of the supplies, equipment, machinery, spare parts, other materials and/or general support services which the Supplier is required to provide to the Procuring Entity under the Contract. The Services means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract. GCC means the General Conditions of Contract contained in this Section. SCC means the Special Conditions of Contract. The Procuring Entity means the organization purchasing the Goods, as named in the SCC. The Procuring Entitys country is the Philippines. The Supplier means the individual contractor, manufacturer distributor, or firm supplying/manufacturing the Goods and Services under this Contract and named in the SCC. The Funding Source means the organization named in the SCC. The Project Site, where applicable, means the place or places named in the SCC. Day means calendar day. The Effective Date of the contract will be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed. Performance of all obligations shall be reckoned from the Effective Date of the Contract. Verified Report refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.
45
(b)
(c)
(d)
(n)
2.
(ii)
(iii)
(iv)
(v)
investigation or from pursuing such proceedings or investigation; or (bb) acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.
(b)
will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.
2.2.
Further the Funding Source, Borrower or Procuring Entity, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2.1(a).
3.
4.
5.
Notices
5.1. Any notice, request, or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request, or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC, which shall be effective when delivered and duly received or on the notices effective date, whichever is later. A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5.1.
5.2.
6.
Scope of Contract
47
6.1. 6.2.
The GOODS and Related Services to be provided shall be as specified in Section VI. Schedule of Requirements. 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. Any additional requirements for the completion of this Contract shall be provided in the SCC.
7.
Subcontracting
7.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not relieve the Supplier of any liability or obligation under this Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Suppliers own acts, defaults, or negligence, or those of its agents, servants or workmen. Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract, subject to compliance with the required qualifications and the approval of the Procuring Entity.
7.2.
8.
8.2.
9.
Prices
9.1. For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its IRR or except as provided in this Clause. Prices charged by the Supplier for Goods delivered and/or services performed under this Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29.
9.2.
10.
Payment
10.1. Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract. Ten percent (10%) of the amount of each
48
payment shall be retained by the Procuring Entity to cover the Suppliers warranty obligations under this Contract as described in GCC Clause 17. 10.2. The Suppliers request(s) for payment shall be made to the Procuring Entity in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the SCC provision for GCC Clause 6.2, and upon fulfillment of other obligations stipulated in this Contract. Pursuant to GCC Clause 10.2, payments shall be made promptly by the Procuring Entity, but in no case later than sixty (60) days after submission of an invoice or claim by the Supplier. Unless otherwise provided in the SCC, the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos.
10.3.
10.4.
11.
11.2.
(b)
(c)
11.3.
All progress payments shall first be charged against the advance payment until the latter has been fully exhausted.
12.
49
The Supplier, whether local or foreign, shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.
13.
Performance Security
13.1. Within ten (10) calendar days from receipt of the Notice of Award 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 the forms prescribed in the ITB Clause 33.2. The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract. The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance. The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions: (a) (b) (c) 13.5. There are no pending claims against the Supplier or the surety company filed by the Procuring Entity; The Supplier has no pending claims for labor and materials filed against it; and Other terms specified in the SCC.
13.2.
13.3. 13.4.
In case of a reduction of the contract value, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.
14.
14.2.
15.
Standards
50
The Goods provided under this Contract shall conform to the standards mentioned in the Section VII. Technical Specifications; and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods country of origin. Such standards shall be the latest issued by the institution concerned.
16.
16.2.
16.3.
16.4.
16.5.
17.
Warranty
17.1. The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the Procuring Entity provides otherwise. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.
17.2.
51
17.3.
In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier for a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Suppliers option, either retention money in an amount equivalent to at least ten percent (10%) of the final payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty period specified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met. 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, within the period specified in the SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Procuring Entity. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Suppliers risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.
17.4.
17.5.
18.
18.2.
18.3.
19.
Liquidated Damages
Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one
52
tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, the Procuring Entity shall rescind the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.
20.
Settlement of Disputes
20.1. If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation. If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract. In the case of a dispute between the Procuring Entity and the Supplier, the dispute shall be resolved in accordance with Republic Act 9285 (R.A. 9285), otherwise known as the Alternative Dispute Resolution Act of 2004. Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the Procuring Entity shall pay the Supplier any monies due the Supplier.
20.2.
20.3.
20.4.
20.5.
21.
21.2.
22.
Force Majeure
22.1. The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Suppliers delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure.
53
22.2.
For purposes of this Contract the terms force majeure and fortuitous event may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor. Such events may include, but not limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a force majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof. Unless otherwise directed by the Procuring Entity in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure.
22.3.
23.
(b)
(c) 23.2.
In the event the Procuring Entity terminates this Contract in whole or in part, for any of the reasons provided under GCC Clauses 23 to 26, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of this Contract to the extent not terminated. In case the delay in the delivery of the Goods and/or performance of the Services exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Supplier, the Procuring Entity may terminate this Contract, forfeit the Supplier's performance security and award the same to a qualified Supplier.
23.3.
24.
54
The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Supplier.
25.
25.2.
25.3.
If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market, it shall be allowed to recover partially from this Contract, on a quantum meruit basis. Before recovery may be made, the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made.
26.
55
(d)
27.
(b)
The Notice to Terminate shall be accompanied by a copy of the Verified Report; Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated. If the Supplier fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Procuring Entity shall issue an order terminating this Contract; The Procuring Entity may, at any time before receipt of the Suppliers verified position paper described in item (d) above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Suppliers receipt of the notice; Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the Procuring Entity shall decide whether or not to terminate this Contract. It shall serve a written notice to the Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate;
(e)
(f)
56
(g)
The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity; and The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty (30) calendar days before its intended termination. The Contract is deemed terminated if it is not resumed in thirty (30) calendar days after the receipt of such notice by the Procuring Entity.
(h)
28.
Assignment of Rights
The Supplier shall not assign his rights or obligations under this Contract, in whole or in part, except with the Procuring Entitys prior written consent.
29.
Contract Amendment
Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.
30.
Application
These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract.
57
58
Upon delivery of the GOODS to their final destinations, the Supplier shall notify and present the following documents to DepEd-IMCS for initial processing of claim for payment: (i) (ii) (iii) Original and four (4) copies of the Suppliers invoice showing GOODS description, quantity, unit price, and total amount; Original and four (4) copies of the Suppliers Warranty certificate; Original and two (2) copies of the Delivery Receipt (DR) detailing number and description of items received signed by the Authorized Receiving Personnel (ARPs); Original (white copy) and two (2) copies of the Pre-numbered Inspection and Acceptance Report (IAR) duly signed and dated by the ARPs of the public school district and/or high school; and At least 90% of the Certificates of Acceptance duly signed and dated by the DepEd Schools Division Superintendent or the authorized alternate.
(iv)
(v)
For purposes of this Clause the PROCURING ENTITYs Representatives at the Project Site are the ARPs and the DepEd Division Supply Officer or authorized alternate. 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. 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 destinations and the absence of heavy handling facilities at all points in transit. The packaging, markings, 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
59
Gross weight
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. Packaging Lists is attached as Annex ___. Insurance The GOODS supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The GOODS remain at the risk and title of the Supplier until their final acceptance by the PROCURING ENTITYs authorized representative. Transportation 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. 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. Patent Rights/Copyright 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. 10.2 The method and conditions of payment to be made to the Supplier through the Governments current disbursement procedure within sixty (60) days from submission of complete delivery documents under this Contract shall be as follows: On Delivery: Ninety percent (90%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of receipt of the GOODS and upon complete submission to DepEd-IMCS for verification and validation of documents (i) through (v) specified in the SCC for GCC Clause 6.2 and other documents required in government accounting rules and regulations Original Certificate of Final Acceptance (CFA) shall be issued by the PROCURING ENTITYs authorized representative after final delivery by Supplier. 60
Defective Goods should be rectified/replaced by the Supplier prior to the issuance of the CFA by the authorized representative of the PROCURING ENTITY. On Acceptance: The remaining ten percent (10%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of submission of suppliers warranty in the form of a Bank Guarantee issued by a universal or commercial bank three (3) months from the date of CFA in accordance with GCC 17.3 and its SCC and receipt of: (i) claim for payment, and (ii) 100% of the Original Certificates of Acceptance duly signed by the DepEd Schools Division Superintendent or designated alternate. 10.4 11.2(c) 13.3 Payment shall be made in Philippine Peso. No additional requirements. The Supplier shall cause the extension of the validity of their Performance Security to cover approved contract time extensions, pursuant to GCC Clause 18.2. Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages. Said extension of validity shall be for the account of the Supplier, which shall be equivalent to ten (10%) of the unperformed obligation under the contract. 13.4(c) 16.1 No further instruction. The inspections and tests shall be conducted at: 1. Suppliers or its Sub-contractors premises during printing, binding, revising, and packing; 2. Suppliers or its Sub-contractors warehouse(s) located in Purchasers country for Goods from outside the Purchasers country; 3. DepEd- Division Offices by the Division Inspectorate Team (DIT); 4. Public School Districts and/or High Schools by the School Inspection Teams (SITs). The services of FPRDI shall be engaged to test (using only International Standards/Methods of Paper Testing) paper stocks, cover stocks, and other materials used or to be used in printing, binding, and packing the Goods. All reasonable facilities, assistance, access to drawings, and production data shall be furnished to Purchasers inspectors. The 61
Supplier shall obtain all necessary permission or consent from any relevant third party to enable Purchaser or its designated representative, the DepEd-QCIT, to conduct the tests or inspections. 17.3 Upon issuance of the Certificate of Final Acceptance by the Procuring Entity of the delivered Goods. Supplier shall submit to the Purchaser a Bank Guarantee in an amount equivalent to at least ten percent (10%) of the Contract Price valid for 3 months from date of final acceptance of the Goods to cover this warranty. 17.4 The period for correction of defects in the warranty period is within fifteen (15) calendar days from receipt of notice from the Purchaser. The Purchaser shall reject any Goods, or any part/material thereof that fail to pass any test and/or inspection or do not conform to specifications. The Supplier shall either rectify or replace such rejected Goods or part/material thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test at FPRDI and/or inspection at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 5. 17.5 The Supplier shall notify the Purchaser in writing within two (2) weeks from the date Supplier encountered the condition(s) which impeded timely delivery of the Goods. The liquidated damages shall be: one-tenth (1/10) of one percent (1%) of contracted amount of the delayed Goods per day of delay. The maximum deduction shall be ten percent (10%) of the amount of contract. Penalty for non-performance in the amount equal to 10% of the contracted price of the undelivered or defective Goods not replaced shall be charged. The penalty shall be deducted from the contract amount due the Supplier without prejudice to Purchasers other remedial courses of actions and remedies open to it including imposition of administrative penalties or blacklisting the Supplier which prohibits participation in the bidding of government projects/contracts. All partners to the joint venture shall be jointly and severally liable to the Procuring Entity.
19
21.1
62
3. 4.
5.
6.
7.
8.
Suppliers Undertakings In case of a foreign supplier, the Supplier shall inform the Purchaser in writing of the date of arrival of the Goods from abroad at the Suppliers warehouse located in the Purchasers country. In case printing, binding, revising, packing, and preshipment inspections were not conducted by the Purchaser at the Suppliers premises located abroad, the Supplier shall submit the Goods to the Purchaser for inspection by the DepEd-QCIT at formers warehouses before delivery. 2. The Supplier and its subcontractors shall allow the Purchaser, through the DepEdQCIT, and copyright owner, to observe during printing, binding, and packing stages as safeguard against copyright infringement and overprint. Within a reasonable time after completion of printing services, the Supplier shall return the camera-ready copy, flats, and pdf files to the Purchaser. 3. Prior to delivery to the Recipients, the Supplier shall deliver to DepEd-IMCS complimentary copies of the Goods of each title inclusive of the copies for the Regional Offices. 4. Supplier shall strictly conform to the agreed delivery schedules set by the Purchaser through the DepEd-IMCS and shall deliver only Goods that comply with the Purchasers technical and contract specifications, inclusive of quantities intended for Central Office units or bureaus. 5. The Supplier shall coordinate the deliveries with the Division Offices (Division Supply Officer) at least two (2) weeks before the scheduled delivery so that the latter can organize the required Division Inspection Team (DIT) to inspect Goods at the time of delivery. 6. The Supplier shall deliver the Goods to the Recipients from 7:00 a.m. to 4:00 p.m. on working days only. 7. The Supplier shall deliver Goods to the appropriate Recipients only as indicated in the allocation list. Goods intended for a Recipient but delivered to another district, high school, regional, or division office shall be rejected and the Supplier penalized. The penalty shall include the imposition of administrative and/or blacklisting of the Supplier as a result of non-compliance and poor contract performance. 8. During delivery, the Supplier shall present the Goods, DRs, and duly accomplished, signed, & dated IARs to the ARPs for inspection and acceptance. The Supplier shall leave the duly signed blue copy of the IARs and DRs with the ARPs. 9. The Supplier shall notify the Purchaser immediately from the initial occurrence of conditions impeding timely delivery of the Goods. 10. The Supplier shall replace all rejected Goods, and complete underdelivery within fifteen (15) calendar days from receipt of a Notice of Rejection and Underdelivery from the Purchaser. Likewise, if stocks are available on site, the Supplier shall replace defective Goods or complete underdelivery immediately. No payment shall be made for deficient delivery or defective Goods regardless of the IARs signed by the ARPs. 11. The Supplier shall authorize the Purchaser to procure, upon such terms and in such manner the Purchaser deems appropriate, Goods similar to those undelivered or defective and to deduct the costs of such procurement from Suppliers billings under this contract. In case the Supplier has no outstanding billing/contract with the Purchaser, the Supplier shall be liable to the Purchaser for all the costs of such procured Goods. These remedies shall not prejudice Purchasers other remedial 1.
64
12.
13.
14.
15.
actions inclusive of blacklisting the Supplier from joining future biddings to be conducted by the Purchaser. Defective Goods, replaced within the 15-day period, shall be retrieved by the Supplier from the concerned public school districts, selected elementary schools, and/or high schools at no cost to the Purchaser. After completion of delivery to Recipients in the entire Division, the Supplier shall furnish the Division Supply Officer or designated representative with complete copies of the accomplished, signed, & dated DRs and pink copy of IARs duly signed & dated by the ARPs as basis for the issuance of a Certificate of Acceptance (CA) duly signed & dated by the Division Superintendent or authorized representative. After completion of delivery to Recipients, the Supplier shall submit to DepEdIMCS the original, plus one (1) copy, of the accomplished, signed, & dated DRs and IARs duly signed & dated by the ARPs for validation and as attachments to his/her claim for payment. The Supplier and its sub-contractors shall allow the Purchaser, through the DepEdQCIT and copyright owner, to be present during printing, binding, and packing stages as safeguard against copyright infringement and overprint.
Purchasers Undertakings 1. 2. 3. The Purchaser, through the DepEd-QCIT, will do production and pre-shipment (predelivery) inspections at the premises of the Suppliers and their sub-contractors. The Purchaser shall provide adequate storage space for the Goods intended for CO units or bureaus and shall plan for distribution. The Purchaser shall set a fixed delivery schedule for all Suppliers to follow in order to synchronize deliveries by multiple Suppliers and to coordinate the schedule for third party monitors (CSOs, PTAs, LGUs, etc.). The Purchaser, through the DepEd-IMCS, shall provide the Regional Offices (ROs), Division Offices (DOs), and Recipient Districts and High Schools copies of the delivery schedule and allocation list. The DepEd-IMCS shall likewise advise the DOs to facilitate dissemination of the delivery schedule and allocation list to the Recipients, mobilize the monitoring and inspection of Goods delivered, and validate deliveries and acceptance thereof made by the ARPs. DepEd-IMCS shall monitor and validate at random delivery of the Goods, and promptly report discrepancies to the Supplier, DO, and Recipients. Upon receipt of a Notice of Rejection and under delivery from the DO, the Purchaser, through the DepEd-IMCS, shall require the Supplier to complete the under delivery and replace defective deliveries within fifteen (15) days. The DepEdIMCS shall furnish the DO with a copy of the letter to the Supplier. DepEd-IMCS shall facilitate and follow-up issuance of Certificates of Acceptance (CA) by the DO confirming delivered Goods and shall use the CA to appraise contract compliance, processing, and release of payment to Supplier. DepEd-IMCS shall accept the documents submitted by the Supplier and coordinate with the DepEd-FMS-Accounting the processing of payment within thirty (30) days from receipt of complete documents. Rejected Goods shall not be paid unless replaced by the Supplier.
4.
5. 6.
7.
8.
65
P101,389,132.00
P50,139,942.00
P31,799,381.00
P66,872,482.00
66
Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 2. Mathematics Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 3. Araling Panlipunan Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 4. Edukasyon sa Pagpapakatao Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon
29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
P98,995,772.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
P73,575,701.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443
P71,142,642.00
67
8.
9.
10 11
Maranao Tausug Grade 2 Learning Packages 5. Music and Arts Learners Materials (LMs) Ilokano (CAR) Ilokano (R-II) Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 6. Physical Education and Health Learners Materials (LMs) Ilokano Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligayon Chavacano Maguindanaon Maranao Tausug Grade 2 Learning Packages 10. English Learners Materials (LMs) Grade 2 Learning Packages 11. Filipino Learners Materials (LMs) Grade 7 Learning Materials (LMs) 1. English a. Learners Materials (LMs) b. Teachers Guides (TGs) Grade 7 Learning Materials (LMs) 2. Filipino c. Learners Materials (LMs) d. Teachers Guides (TGs) Grade 8 Learning Materials (LMs) 1. Mathematics Learners Materials (LMs) Grade 8 Learning Materials (LMs) 2. Science Learners Materials (LMs) Grade 8 Learning Materials (LMs)
82,446 41,941
36,503 145,751 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941
Php89,905,567.00
182,254 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 82,446 41,941 2,508,765 2,508,765
Php62,480,833.00
Php117,109,150.00 Php124,484,919.00
12
Php64,994,926.00
13
Php49,165,046.00
60 cd: High Schools 60 cd: High Schools 60 cd: High Schools 60 cd: High
14 15 16
68
3. English Learners Materials (LMs) 17 18 19 20 21 Grade 8 Learning Materials (LMs) 4. Filipino Learners Materials (LMs) Grade 8 Learning Materials (LMs) 5. Araling Panlipunan Learners Materials (LMs) Grade 8 Learning Materials (LMs) 6. Edukasyon sa Pagpapakatao Learners Materials (LMs) Grade 8 Learning Materials (LMs) 7. Music and Arts Learners Materials (LMs) Grade 8 Learning Materials (LMs) 8. Physical Education and Health
1,667,390 1,667,390 1,667,390 1,667,390 1,667,390 1,667,390 Total Php84,886,825.00 Php81,552,045.00 Php72,731,552.00 Php74,915,833.00 Php83,769,674.00 Php1,665,760,084.00
Schools 60 cd: High Schools 60 cd: High Schools 60 cd: High Schools 60 cd: High Schools 60 cd: High Schools
Bidders Statement of Compliance: ____________________________ Bidders signature: _____________________________ Statement of compliance. Bidders must state in their submitted technical specifications either Comply or Not Comply against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements if 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 manufacturers 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 3.1(a.2) and/or GCC Clause 2.1(a.2).
69
DELIVERY
10
Days 15
Days 20 25 30 35 40 45 50 55 60
Note: Delivery Period = 60 days Reckoning Date: Upon confirmation of Notice to Proceed (NTP) 1 30th day = Printing, binding, packing, and inspection at suppliers premises
70
b. Back cover of TXs, TMs (subject to approval by DepEd-IMCS prior to mass printing) International Standard Book Number (ISBN) for TXs & TMs Background information on author(s) Acknowledgment (for cover art), if applicable For inquiries or feedback, please contact:
INSTRUCTIONAL MATERIALS COUNCIL SECRETARIAT (IMCS) Department of Education (DepEd) 2nd Floor, Dorm G Building, Philsports Complex Meralco Avenue, Pasig City Philippines 1604 Telefax Nos. (632) 634-0901 and (632) 631-4985 e-mail: imcs@deped.gov.ph and depedimcs@gmail.com DeTxt: Globe/Smart: 2622
71
c. Spine of TXs, TMs, & TSMs (subject to approval by DepEd-IMCS prior to mass printing) Grade/Year level indicator title author(s) learning material classification publishers logo (optional) d. Inside Front Cover for TXs (subject to approval by DepEd-IMCS prior to mass printing) Book Record or Talaan ng Paggamit ng Aklat Form (Elementary) Book Record or Talaan ng Paggamit ng Aklat and Take Care of Your Book or Ingatan ang Iyong Aklat Form (High School) e. Inside Front Cover for TMs (subject to approval by DepEd-IMCS prior to mass printing) Book Record or Talaan ng Paggamit ng Aklat Form (Elementary & High School) f. Inside Back Cover for TXs (subject to approval by DepEd-IMCS prior to mass printing) Take Care of Your Book or Ingatan ang Iyong Aklat Form (Elementary) Recommended background color of cover (included as one of the four (4) colors of the cover): for English (Cyan), Mathematics (Green), Science (Orange). o Minimum Supplementary Process Plastic lamination or UV (ultra-violet) coating shall be adequately applied on the outside cover of the Goods as a protective coating against rubbing and scratching. The plastic lamination or UV coating must be resistant to scuff, heat, and chemicals. The plastic lamination or UV coating must have a smooth finish. o Packing Goods shall be delivered in unused corrugated cartons packed and sealed to withstand rough handling. (Carton label is subject to approval of DepEd-IMCS prior to printing) TXs & TMs: Each carton shall contain thirty-six (36) TXs. TMs shall be packed separately. Goods shall be wrapped and sealed in sets of twelve (12) in a 3-mil thick polyethylene plain plastic bag (machine-sealed) or shrink-packed plastic using gauge 75 Polyolefin Film (POF) for adequate protection against moisture and water damage. For TXs & TMs numbering less than twenty-five (25) copies in a carton, a label (wrapped in plastic) shall be pasted on top of each carton. Likewise, these shall be wrapped and sealed in combined sets of six (6) in a 3-mil thick polyethylene plain plastic bag (machine-sealed) or shrink-packed using gauge 75 Polyolefin Film (POF). Every carton must be secured by 50.8 mm packaging tape or better and reinforced with at least 12.7 mm wide plastic strap with tin or other appropriate seal.
72
MTB-MLE, ASs, LMs, and TGs: The Goods shall be packed based on the attached allocation/packaging list per Recipient DepEd Division Offices (MTB-MLE), School District (Grades 1 & 2), or High School (Grade 8) and placed in unused corrugated cartons and sealed to withstand rough handling. Each carton label shall contain the intended allocation per division, district, or high school, wrapped and sealed in a 3-mil thick polyethylene plain plastic bag (machinesealed) or shrink-packed using gauge 75 Polyolefin Film (POF) for adequate protection against moisture and water damage. For loose copies, Goods shall be wrapped in brown kraft paper with thickness of at least 0.25 mm and basis weight of 125 gsm and shall be wrapped and sealed in a 3-mil thick polyethylene plain plastic bag (machine-sealed) or shrink-packed plastic using gauge 75 Polyolefin Film (POF). Package must be secured by 50.8 mm packaging tape or better. The carton materials shall have these specifications: 1. 2. 3. Corrugation : Burst strength: Joint : B, C, or E (double wall) flute 14.09 kgs/cm2 or 200.4 psi or 1409 kPa all with + 2% tolerance Taped with 50.8 mm wide packaging tapes with fiber or better.
For cartons with overlap joints, the overlap joints shall be fixed by high grade glue and its outside joint shall be reinforced by a 50.8 mm packaging tape or better. Tin/staple wires shall not be used to reinforce the joints. Cartons shall be reinforced with at least 12.7 mm. wide plastic strap with tin or other appropriate seal. The Supplier may introduce better carton reinforcement, e.g., shrink packing with provision for convenient handling, subject to approval of the Purchaser. Top, bottom, and flap sealing: 50.8 mm packaging tape or better. The materials to be used in the manufacture of corrugated boxes shall be kraft liner board. Each carton/kraft paper shall be properly labeled to indicate the following: Title, Number of Goods in a carton, Purchasers Name and Address, Suppliers Name, Destination, DepEd logo (with flame), International Symbol, Linear Specifications, Volume, and Gross Weight. Please refer to herein package specifications, box graphics, and labels, for reference.
73
TECHNICAL SPECIFICATIONS
Lot No.
No. of Colors Items No. of Copies No. of Pages Book Size Cover Inside Pages Paper Basis Weight Body Stock Bright-ness Opacity Smoothness Paper Cover Stock Basis Weight Caliper Lamination* (Cover) Binding Process**
TXs & TMs : English 6 TX-L English 6 TX-R English 6 TM Science & Tech. III TX Science & Tech. IV TX Mathematics III TX Mathematics IV TX Kindergarten Activity Sheets 904,130 904,130 15,101 207,997 176 212 138 408 6.5" x 10" 180,603 456 Full colors by 1 color Foldcote Cal.#12, Solid White
UV Coating or better
Perfect binding
207,997
280
180,603
336
Ilokano Tagalog
147,398 563,756
288 184
8.25" x 10.75"
2 colors
UV Coating or better
Perfect Binding
74
Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligaynon Chavacano Maguindanaon Maranao Tausug
22,771 35,944 131,150 487,116 72,488 171,737 13,137 34,052 44,362 22,572
272 280 200 208 224 256 232 248 224 192
Other Instructional Materials : Full colors by 1 color Foldcote Cal.#12, Solid White
45,000 cps.
148
7" x 10"
UV Coating or better
Perfect Binding
2 A & E Modules
15,000 sets
1 color
Saddle Stitched
75
English LMs
40
10.75" x 8.25"
Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 55% Not less than 90% Not less than 35 seconds Foldcote Cal.#12, Solid White not less than 230 gsm Not less than 290 microns UV Coating or better Perfect Binding
English TGs
73,109
3,012,005
Filipino TGs
73,109
128
4
Ilokano
1.
182,254
216
UV Coating or better
Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
76
692,195
248
103,725
344
2.
Ilokano
182,254
384
Tagalog
847,958
224
Pangasinan
29,301
54,744 169,705
352 616
UV Coating or better
Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
692,195
736
77
82,446 41,941
392 480
3.
182,254
376 Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
Tagalog
847,958
184 8.25" x 10.75" Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 55% Not less than 90% Not less than 35 seconds Foldcote Cal.#12, Solid White not less than 230 gsm Not less than 290 microns UV Coating or better
Pangasinan
29,301
352
Kapampangan
54,744
376
169,705
692,195
103,725
320
UV Coating or better
78
Hiligaynon
224,549
264
Tausug
41,941
280
Edukasyon sa Pagpapakatao Learner's Materials (LMs) Ilokano Tagalog Pangasinan 182,254 847,958 29,301 54,744 128 280 192 200 8.25" x 10.75" Bikol Sinigbuanong Binisaya Waray Hiligaynon 169,705 392 Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
7
Kapampangan
4.
UV Coating or better
692,195
368
103,725 224,549
232 168
79
Music and Arts Learner's Materials (LMs) Ilokano (CAR) Ilokano (R-II) Tagalog Pangasinan Kapampangan Bikol Sinigbuanong Binisaya Waray Hiligaynon Chavacano Maguindanaon 36,503 145,751 847,958 29,301 54,744 169,705 692,195 103,725 224,549 27,504 52,443 160 256 568 136 224 192 344 240 208 280 248 8.25" x 10.75" Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 55% Not less than 90% Not less than 35 seconds Foldcote Cal.#12, Solid White not less than 230 gsm Not less than 290 microns UV Coating or better Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
5.
80
Maranao Tausug
82,446 41,941
504 576
6.
88 240 256 160 336 208 8.25" x 10.75" Full colors by 1 color Foldcote Cal.#12, Solid White Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
UV Coating or better
272 296 224 216 368 400 Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 35 seconds Foldcote Cal.#12, Solid White not less than 230 gsm Not less than 290 microns UV Coating or better Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
8.25" x 10.75"
81
536
8.25" x 10.75"
UV Coating or better
Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
2,508,765
10
7.
2,508,76 5
576
8.25" x 10.75"
UV Coating or better
Less than 100 pages Saddle Stitched; Pages with 100 & above Perfect Binding
11
8.
Grade 7 Learning Materials : Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 35 seconds Foldcote Cal.#12, Solid White Foldcote Cal.#12, Solid White Foldcote Cal.#12, Solid White 1,872,012 not less than 230 gsm Not less than 290 microns UV Coating or better
English LMs
368
12
8.25" x 10.75"
Perfect Binding
English TGs
232
8.25" x 10.75"
2 colors
UV Coating or better
38,819
Perfect Binding
Filipino LMs
256
8.25" x 10.75"
1,872,012
UV Coating or better
Perfect Binding
13
82
Filipino TGs
152
8.25" x 10.75"
2 colors
UV Coating or better
38,819
Perfect Binding
14
1,667,390
1.
608
1,667,390
15
2.
360
1,667,390
16
3.
760 8.25" x 10.75" 552 Full colors by 1 color 1 color both side print Standard Newsprint (Class A) Not less than 48.8 gsm Not less than 55% Not less than 90% Not less than 35 seconds Foldcote Cal.#12, Solid White not less than 230 gsm Not less than 290 microns UV Coating or better Perfect Binding
1,667,390
18
5.
1,667,390
17
4.
528
1,667,390
19
6.
464
83
1,667,390
20
7.
480
1,667,390
21
8.
544
* UV (ultra-violet) coating or plastic lamination shall be adequately applied on the outside cover of the Goods as a protective coating against rubbing and scratching. The UV (ultra-violet) coating or plastic lamination must be resistant to scuff, heat, and chemicals. The UV (ultra-violet) coating or plastic lamination must have a smooth finish. ** Perfect binding - The binding adhesive to be used shall be of high grade chemical, cold flexibility glue, and insect-proof, and impervious to moisture and temperature changes. Only hot melt binding adhesive shall be used.
84
PACKAGE SPECIFICATIONS
Plastic Strap with Seal
Side B
Side A
Side B
Side A
PERSPECTIVE
Packing Tape
Packing Tape
85
(Longer sides of the box) (To be printed in one color, red, blue, or green)
ALLOTTED TO:
REGION: ____________________ DIVISION: _____________________________________ SCHOOL DISTRICT/HIGH SCHOOL:__________________________________________
NOTE : SUPPLIER MUST DELIVER ELEMENTARY & HIGH SCHOOL TXs/TMs, KINDERGARTEN ASs, AND OTHER INSTRUCTIONAL MATERIALS DIRECTLY TO THE DIVISION OFFICES; GRADE 1 & GRADE 2 LEARNING PACKAGES DIRECTLY TO THE DISTRICT OFFICES; AND GRADE 7 & GRADE 8 LEARNING MATERIALS DIRECTLY TO PUBLIC HIGH SCHOOLS. ALL DELIVERIES MUST BE OPENED BY THE SUPPLIERS REPRESENTATIVE IN THE PRESENCE OF THE DIVISION/DISTRICT/SCHOOL INSPECTION TEAM (D/D/SIT) AND THE DESIGNATED PROPERTY CUSTODIAN OR SCHOOL SUPPLY OFFICER.
86
Department of Education
DepEd Complex, Meralco Ave., Pasig City, Philippines
ALLOTTED TO :
REGION:_________________ DIVISION: ___________________________________ SCHOOL DISTRICT/HIGH SCHOOL:____________________________________
NOTE : SUPPLIER MUST DELIVER ELEMENTARY & HIGH SCHOOL TXs/TMs, KINDERGARTEN ASs, AND OTHER INSTRUCTIONAL MATERIALS DIRECTLY TO THE DIVISION OFFICES; GRADE 1 & GRADE 2 LEARNING PACKAGES DIRECTLY TO THE DISTRICT OFFICES; AND GRADE 7 & GRADE 8 LEARNING MATERIALS DIRECTLY TO PUBLIC HIGH SCHOOLS. ALL DELIVERIES MUST BE OPENED BY THE SUPPLIERS REPRESENTATIVE IN THE PRESENCE OF THE DIVISION/DISTRICT/SCHOOL INSPECTION TEAM (D/D/SIT) AND THE DESIGNATED PROPERTY CUSTODIAN OR SCHOOL SUPPLY OFFICER.
87
Keep dry
88
Statement of compliance. Bidders must state in their submitted technical specifications either Comply or Not Comply against each of the individual parameters of each Spe cification stating the corresponding performance parameter of the equipment offered. Statements if 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 manufacturers 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 3.1(a.2) and/or GCC Clause 2.1(a.2).
89
STATEMENT OF ALL COMPLETED GOVERNMENT & PRIVATE CONTRACTS ..............................107 JOINT VENTURE AGREEMENT ................................................................................................. 108 FORM OF BID SECURITY (BANK GUARANTEE) ........................................................................ 110 CREDIT LINE CERTIFICATE ..................................................................................................... 111 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK .................................................................. 113 FORM OF PERFORMANCE SECURITY (BANK GUARANTEE) ...................................................... 114 TAX CLEARANCE (SAMPLE) ................................................................................................... 115 ANNUAL INCOME TAX RETURN (ITR), BIR FORM NO. 1702 (SAMPLE) .................................. 116 PAYMENT CONFIRMATION FORM OF ITR PAID THRU BIR EFPS (SAMPLE) .............................117 CERTIFICATE OF PHILGEPS REGISTRATION (SAMPLE) ........................................................... 118 BID SECURING DECLARATION FORM ...................................................................................... 119 SUPPLIERS DECLARATION OF PAPER SOURCE ....................................................................... 121 LIST OF UNIVERSAL AND COMMERCIAL BANKS ..................................................................... 122
90
Bid Form
Date: Invitation to Bid No:
To: [name and address of Procuring Entity] Gentlemen and/or Ladies: Having examined the Bidding Documents including 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 Bidding Documents for the sum of [total Bid amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period. 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 or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents. Dated this ________________ day of ________________ 20______.
[signature]
91
For Goods Offered From Abroad Name of Bidder ________________. Invitation to Bid Number ________. Page __ of__.
1
Item
2
Description
3
Country of origin
4
Quantity
5
Unit price CIF port of entry (specify port) or CIP named place (specify border point or place of destination)
6
Total CIF or CIP price per item (col. 4 x 5)
7
Unit Price Delivered Duty Unpaid (DDU)
8
Unit price Delivered Duty Paid (DDP)
9
Total Price delivered DDP (col 4 x 8)
92
For Goods Offered From Within the Philippines Name of Bidder . Invitation to Bid Number . Page of .
1
Item
2
Description
3
Country of origin
4
Quantity
5
Unit price EXW per item
6
Cost of local labor, raw material, and component2
7
Total price EXW per item (cols. 4 x 5)
8
Unit prices per item final destination and unit price of other incidental services
9
Sales and other taxes payable per item if Contract is awarded
10
Total Price delivered Final Destination (col 8 + 9) x 4
93
REPUBLIC OF THE PHILIPPINES DEPARTMENT OF EDUCATION DepEd Complex, Meralco Avenue Pasig City, Philippines PROJECT: Printing (from Camera-ready Materials) of Textbooks (TXs), Teachers Manuals (TMs) and Other Learning Materials, and Delivery to DepEd Division Offices, Public School Districts, and High Schools Nationwide CONTRACT NO : IMCS -______
PURCHASER-SUPPLIER AGREEMENT
THIS CONTRACT made and entered into this _______, 201__ between the Department of Education, located at DepEd Complex, Meralco Avenue, Pasig City, Philippines, represented herein by its Department Secretary, _____________________, (hereinafter referred to as the Purchaser of the one part; and ______________________ represented herein by its __________________, with office address at ________________________ (hereinafter referred to as the Supplier) of the other part; WHEREAS, the Purchaser is desirous that certain Goods and ancillary services should be provided by the Supplier, viz: Printing (from Camera-ready Materials) of Textbooks (TXs), Teachers Manuals (TMs) and Other Learning Materials, and Delivery to DepEd Division Offices, Public School Districts, and High Schools Nationwide, and has accepted the bid by the Supplier for those Goods and ancillary services in the sum of _____________________________________ (____________.00) (hereinafter called the Contract Price), broken down as follows: Lot No. Title/s Quantity (in copies) Unit Price (Php) Contract Cost (Php)
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. Whereas, in this Agreement words and expressions shall have the same meanings as are respectively assigned to them in this Agreement; 2. Whereas, the following documents shall be deemed to form, be read and construed as part of this Agreement: (a) (b) (c) (d) (e) (f) (g) Resolution to Award approved by the Secretary of DepEd Purchasers Notification of Award (NOA) and Performance Security Signed Schedule of Requirements Signed Special Conditions of Contract (SCC), and Annex to Special Conditions of Contract Signed General Conditions of Contract (GCC) Technical Specifications, Packaging Requirements, TXs/TMs/MTBMLE/ASs/LMs/ TGs Requirements Allocation List detailing the quantities to be delivered to each DepEd-Division Office, public school district, and/or high school
94
Bid Submission Sheet and Price Schedule submitted by the Supplier Delivery Schedule issued by the Purchaser, Conforme signed by the Supplier Signed Suppliers and Forwarders Declaration
3. This Agreement shall prevail over all other contract documents. In the event of any discrepancy or inconsistency within the contract documents, then the documents shall prevail in the order listed above; 4. Whereas, the Supplier shall post a performance security within ten (10) calendar days from receipt of Notice of Award in the form and amount specified in the Notice of Award. The performance security shall be posted in favor of the Purchaser, and shall be forfeited in the event it is established that the Supplier is in default of any of its obligations under the contract. The performance security shall be in force and in effect until the Purchaser will issue a Certificate of Final Acceptance; 5. Whereas, the Goods supplied under this Agreement shall conform to the Techincal Specifications and standards mentioned in Section VI, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the Purchasers country of origin; 6. Whereas, in the performance of this Agreement the Supplier is required to submit page proofs/blueprints/mock copies to DepEd-IMCS for checking and approval before mass printing and within a reasonable time after completion of printing services, the Supplier shall
return the camera-ready copy, flats, and pdf files to the Purchaser;
7. In case printing, binding, revising, packing, and pre-shipment inspections will not be conducted at Suppliers plant located abroad, the inspections shall be conducted at Suppliers warehouse(s) located in the Philippines. The inspections shall be conducted by the DepEd-QCIT before delivery of the Goods to their final destinations. Supplier shall inform the Purchaser of the arrival of the Goods at Suppliers warehouse(s) located in the Philippines; 8. Purchaser through the DepEd-QCIT, shall conduct random inspection during printing, binding, revising, and packing stages of the Goods. An inspection report that records observed printing, binding, revising, and packing defects that need to be corrected, and tracks if corrections previously required were undertaken by the Supplier, shall be signed by both the DepEd-QCIT and the Suppliers production supervisor/authorized representative. Likewise, the DepEd-QCIT shall conduct substantial pre-shipment inspection at Suppliers and its sub-contractors premises; 9. Whereas, the Purchaser through the DepEd- QCIT shall have the authority to mark or write the word rejected or X and affix their signatures on all pages, covers, signatures or the whole Goods by the use of indelible ink or pen, discovered defective during printing, binding, revising, packing and pre-shipment inspections without any cost or liability to be charged to the account of the Purchaser or DepEd-QCIT. The Supplier shall not deliver defective Goods to designated delivery sites; 10. The Purchaser, at any stage of actual production (printing, binding, revising, and packing), shall have the option to subject the Goods, covers, and signatures produced and packed using body stocks, cover stocks, and corrugated boxes for testing at FPRDI. All Goods, covers, and signatures produced and packed using body stocks, cover stocks, and corrugated boxes which failed the FPRDI test based on Purchasers specifications shall be rejected. Likewise, other materials used which do not comply with required specifications shall be rejected; 11. The Supplier shall authorize the Purchaser to procure, upon such terms and in such manner the Purchaser deems appropriate, Goods similar to those undelivered or
95
defective and to deduct the costs of such procurement from Suppliers billings under this contract or in other contracts between the Supplier and the Purchaser. In case the Supplier has no outstanding billing/contract with the Purchaser, the Supplier shall be liable to the Purchaser for all the costs of such procured Goods. These remedies shall not prejudice Purchasers other remedial actions inclusive of blacklisting the Supplier from joining future biddings to be conducted by the Purchaser; 12. Whereas, it is hereby agreed that the Contract Completion Period (CCP) shall be reckoned from the date of local Suppliers receipt of the Notice to Proceed (NTP). The CCP shall be sixty (60) calendar days, inclusive of the printing and delivery period; 13. The Supplier shall deliver Goods to the appropriate Recipients only as indicated in the allocation list. Goods intended for a Recipient but delivered to another public high school, regional, or division office shall be rejected. Violation of this provision, based on documents submitted, and validated by the Authorized Receiving Personnel (ARPs) may be a possible cause for termination of contract. 14. Whereas, the Supplier hereby agrees to the following: 1. Deliver the Goods in accordance with the attached Delivery Schedule (Annex A); 2. To be charged liquidated damages (LD) equivalent to 1/10 of 1% of the Contract Price of the delayed Goods per day of delay at the delivery locations/sites. The LD shall be computed as per agreed formula subject to a maximum of 10% of the total Contract Price; 15. Whereas, in case the Supplier will encounter condition(s) impeding timely delivery of the Goods, the Supplier shall notify the Purchaser in writing of such condition(s) within two (2) weeks from date of initial occurrence of said condition(s); 16. Whereas, in consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and ancillary services and to remedy defects therein in conformity in all respect with the provisions of this Agreement; 17. Whereas, the Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and ancillary services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by this Agreement; 18. Whereas, documents required for the processing of payment shall be as follows: a. The Suppliers request for payment shall be made to the Purchaser in writing, accompanied by invoices showing Goods description, quantity, unit price, and total contract amount, complete original copy + four (4) copies of Delivery Receipts (DRs) duly signed and dated by the Authorized Receiving Personnel (ARPs) of the intended Recipient, Inspection and Acceptance Reports (IARs) duly accomplished and dated by the Inspection Team, and Third Party Monitors, if any, and Warranty Certificate; b. The obligation for the Warranty shall be covered by either retention money equivalent to at least 10% of the total payment or a Bank Guarantee equivalent to at least 10% of the total contract amount shall be required for a period of three (3) months after the issuance of the Purchasers Certificate of Final Acceptance (CFA). The said amounts shall only be released after the lapse of the warranty period. Provided, however, that the Goods supplied are free from patent and latent defects and all conditions imposed under the contract and contract documents have been fully met.
96
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in accordance with their respective laws on the day and year first above written.
Supplier's Witness
Suppliers Address:
S.S
ACKNOWLEDGMENT
BEFORE ME, a Notary Public in and for _____________________, Philippines, this ________ day of __________ , 20__ personally appeared:
97
NAME
NUMBER
____________________________ PURCHASER
____________________________ SUPPLIER
Known to me and to me known to be the same persons who executed the foregoing instrument and acknowledged to me that the same is the free and voluntary act and deed of the entities which they respectively represent. The foregoing instrument is a PURCHASER-SUPPLIER AGREEMENT consisting of ______ pages (exclusive of attachments), including this page on which this acknowledgment is written and signed by the parties hereto and their instrument witness on the left hand margin of each and every page hereof. WITNESS MY HAND AND SEAL on the date place first above written.
98
99
h. Coordinate the deliveries with the Division Office thru the Division Supply Officer at least two (2) weeks before the actual delivery. 3. Delivery a. Deliver only on weekdays (Monday to Friday), except on holidays, between 7 a.m. to 4 p.m.; b. Deliver to the intended recipients only (i.e., elementary districts for elementary materials and direct to the high schools); Delivery of Goods to another district or high school other than the recipient will delay to a large extent the processing of payments since this will require extensive verification and validation by DepEd-IMCS c. Deliver in the correct quantity and quality as set by DepEd; d. Provide time allowance for the recipients to conduct random inspection during delivery; e. Replace defective Goods on site, if possible; f. In case delivery to a site can not be done due to armed conflict or calamities (e.g., typhoon, flood, or earthquake resulting in impassable roads) and delivery was done to the DO or a nearby District Office or high school which is not the intended recipient, get a certification from the PNP or a municipal or city official indicating the actual condition. The concerned DepEd official who received the Goods on behalf of the intended recipients must also certify to the prevailing condition; g. Check the following before giving copies of the duly accomplished IARs to the district/high school and CSO/third party representative: Delivery Receipt No. and date are correctly written The Inspection portion has the printed name and signature and the appropriate box checked The Acceptance portion has the date received, the quantities for the Goods, the printed name, and signature completely filled up The box for the third party has the printed name, signature, and date filled up (If CSO, PTA, or Barangay official is present) h. Signatures other than those of the Authorized Receiving Personnel (ARPs) will require verification and validation by DepEd-IMCS; i. Give the blue copy of the IAR to the district/high school Authorized Receiving Personnel (ARP); j. Give the yellow copy of the IAR to the CSO rep. If there is no CSO rep, the yellow copy will be submitted to IMCS, which will submit to G-Watch; k. Leave the pink copy with the district or high school ARP who should immediately forward to the Division Monitoring and Inspection Team (DMIT) or deliver the pink copy to the DO together with the buffer stock; l. Inform DepEd-CO thru DEText Hotline 2622 or tel. nos. (632) 634-1072, 631-4985, 6340901, 631-3690, 631-9294, and 634-1054 of any concerns during the actual delivery; and m. Submit to DepEd-IMCS a bi-monthly report on the status of deliveries. What to do in exceptional cases during delivery a. No Authorized Receiving Personnel (ARP) and no written authorization for other school official to receive the TXs & TMs Highest ranking school official present during delivery should accept after another official inspect the deliveries and both sign the IAR accordingly. The former should certify the ARPs absence. Coordinate with the DO and DepEd-IMCS, if above is not possible.
100
b. No third party volunteer School official must invite PTA/Barangay official to witness or observe inspection and acceptance. If there is still no third party, ARP must inspect with the help of another school official and accept. DepEd-CO will validate. c. Unloading and inspection beyond 4 p.m. Forwarders should provide time-allowance for the unloading and random inspection of deliveries. d. Wrong address in the allocation list The name of the school will prevail. Coordinate with the DO or DepEd-IMCS immediately. e. School with allocation does not exist Coordinate with the Division office in case there was a change in the name of the school. f. High risk or hard-to-reach areas Coordinate or seek assistance from the DO. Request for a certification from the DO, PNP (in case of peace and order problems), or municipal/city/barangay official indicating reasons for inability to deliver to recipient district/high school. Provide DepEd-IMCS with a list of district offices and high schools which are hard-toreach or with peace-and-order problems for reference and validation 4. Post-delivery a. Replace all rejected Goods and complete deficient deliveries within 15 calendar days from receipt of Notice of Rejection/Shortages from the DO or upon receipt of information from DepEd-IMCS; b. After completion of delivery to the entire division, furnish the DO with complete copies of the signed DRs and IARs as basis for the issuance of a Certificate of Acceptance; c. Submit the original, plus one copy (and a copy for CSO, if any) of the duly accomplished DRs and IARs per division to IMCS in the agreed sequence with a Table of Contents for each set as soon as possible; d. In case of defective or deficient deliveries and rectification is done after the delivery, do not write any marking on the DRs and IARs after copies have already been distributed to concerned officials; and e. Submit a Certificate of Rectification to the DO, copy furnish DepEd-IMCS, indicating the titles and the quantities. 5. Processing of payment a. Submit the following documents to DepEd-IMCS: Letter request for payment Original Invoice Original Delivery Receipts (DRs) Original Inspection and Acceptance Reports (IARs) Warranty in the form of a Bank Guarantee equivalent to 10% of the contract amount valid for 3 months from date of final acceptance of the Goods Original Manufacturers Inspection Certificate Original Division Certificates of Acceptance (signature must be in blue ink) Summary Sheet of Allocation List with DR Nos., Date of Receipt, and IAR Nos. (in printed and digital copies)
101
b. Submit all DRs and IARs, including those for the complimentary copies and the buffer stock; c. Ensure that the DRs and IARs are properly received by the ARPs, with quantities in accordance with the Allocation List, and with dates of receipt indicated; d. Ensure that the Invoice is correctly dated, the quantity and amount are consistent with the contract, and signed by the authorized official; e. Facilitate the issuance of a Division Certificate of Acceptance which must have the Allocation List for the entire Division (including the buffer stock) and duly signed by Schools Division Superintendent or his/her designate; and f. Submit to the DepEd-IMCS a Summary Sheet of Allocation Lists with DR and IAR Numbers and dates of receipt following the format issued by DepEd-IMCS. By signing below, I/we signify conformity to the above Guidelines for Suppliers and Forwarders. Should I/we violate or fail to honor any of the above, this could result in delays in the production and delivery of the Goods and could be used as sufficient ground to impose appropriate sanctions. Name of Authorized Signing Officer (please print): _________________________________ Designation: ___________________________________ Signature: _____________________________________ Signed in __________________________________________ on _______________, 2012 (place) (month and date)
Sworn on oath in the presence of: _____________________________ Br. ARMIN A. LUISTRO FSC Secretary
102
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 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 of [Name of Bidder] , I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity] ; 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 and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretarys Certificate issued by the corporation or the members of the joint venture)] ; 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; 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;
103
6. Select one, delete the rest: If a sole proprietorship: I am 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 8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project] .
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. _____________________________________ Bidders Representative/Authorized Signatory
[JURAT]
104
To:
Gentlemen and/or Ladies: In accordance with the payment provision included in the Special Conditions of Contract, which amends Clause 10 of the General Conditions of Contract to provide for advance payment, [name and address of Supplier] (hereinafter called the Supplier) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee in figures and words] . We, the [bank or financial institution] , as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words] . We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification. This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [date] . Yours truly, Signature and seal of the Guarantors
[address]
[date]
List of all Ongoing Government & Private Contracts including contracts awarded but not yet started
Business Name Business Address : ___________________________________________________
: ___________________________________________________
Bidders Role % of Accomplishment a. b. % c. Date Awarded Date Started Date of Completion a. b. c. Owners Name Address Telephone Nos. Value of Outstanding Works / Undelivered Portion
Nature of Work
Description
Planned
Actual
Government
Private
Submitted by
Designation Date
: ___________________________________________________ : ___________________________________________________
106
Government
Private
Note: The bidder shall be able to support this statement with: Duly signed Contracts/Purchase Orders (POs)/ Agreements/Memoranda of Agreement (MOA)/Notices of Award (NOA)/Job Orders or Notices to Proceed (NTP) with the corresponding Certificates of Completion of Delivery (CCDs)/ Certificates of Final Acceptance (CFAs)/duly signed Delivery Receipts (DRs), or duly accomplished Inspection and Acceptance Reports (IARs) Submitted by : ____________________________________________________ (Printed Name and Signature) Designation Date : ____________________________________________________ : ____________________________________________________
107
That both parties agree to be jointly and severally liable for the entire assignment. That both parties agree that ___________________ and/or __________________ shall be the Official Representative of the Joint Venture, and is granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Joint Venture in the bidding as fully and effectively and the Joint Venture may do and if personally present with full power of substitution and revocation. THAT this Joint Venture Agreement shall remain in effect only for the above stated Projects until terminated by both parties. Done this _____ day of ______, in the year of our Lord _____.
___________________________
_____________________________
S.S.
ACKNOWLEDGMENT
BEFORE ME, a Notary Public in and for Pasig City, Metro Manila, Philippines, this ________ day of ___________________, 20__ personally appeared: RESIDENCE CERTIFICATE NAME ________________ Number _______ Issued on ______ Issued at _______
________________
_______
______
________
Known to me and to me known to be the same persons who executed the foregoing instrument and acknowledged to me that same is the free and voluntary act and deed of the entities which they respectively represent. The foregoing instrument is a JOINT VENTURE AGREEMENT consisting of ___ pages (exclusive of attachments), including this page on which this acknowledgment is written and signed by the parties hereto and their instrument witnesses on the left hand margin of each and every page hereof. WITNESS MY HAND AND SEAL on the date and place first above written.
Doc. No. _________ Page No. _________ Book No. _________ Series of 20_______
109
If the Bidder having been notified of the acceptance of its bid by the Procuring Entity during the period of bid validity: (a) (b) fails or refuses to execute the Contract Form in accordance with the Instructions to Bidders, if required; or fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders.
We undertake to pay to the Entity up to the above amount upon receipt of its first written demand, without the Entity having to substantiate its demand, provided that in its demand the Entity will note that the amount claimed by the Entity is due to the Entity owing to the occurrence of one or both of the two (2) conditions, specifying the occurred condition or conditions. The Guarantee will remain in force up to and including the date [insert days] days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE _______________ SIGNATURE OF THE BANK ______________________ WITNESS ___________________________ _____________________________________ (Signature, Name and Address) SEAL _________________________
110
:_______________________________ :_______________________________ ________________________________ BANK/FINANCING INSTITUTION:_______________________________ ADDRESS :_______________________________ ________________________________ AMOUNT :_______________________________ Note: Amount shall be machine validated This is to certify that the above Bank/Financing Institution with business address indicated above, commits to provide the <Supplier/Distributor/Manufacturer/Contractor>, if awarded the abovementioned Contract, a credit line in the amount specified above which shall be exclusively used to finance the performance of the above-mentioned contract subject to our terms, conditions and requirements. The credit line shall be available within fifteen (15) calendar days after receipt by the <Supplier/Distributor/Manufacturer/Contractor> of the Notice of Award and such line of credit shall be maintained until the project is completed by the Contractor. This Certification is being issued in favor of said <Supplier/Distributor/Manufacturer/Contractor> in connection with the bidding requirement of __(Name of the Procuring Entity)__ for the abovementioned Contract. We are aware that any false statements issued by us make us liable for perjury. Name and Signature of Authorized Financing Institution Officer Official Designation
: _______________________ : _______________________
111
Concurred By: Name & Signature of <Supplier/Distributor/Manufacturer/Contractor>s Authorized Representative : _______________________ Official Designation : _______________________ Note: The amount committed should be machine validated.
ACKNOWLEDGMENT
SUBSCRIBED AND SWORN to before me this _____ day of _____________, 20___, affiant exhibited to me his/her Community Tax Certificate No. ______________ issued on _________________ at _____________________, Philippines.
Doc. No. ______ Page No. ______ Book No. _____ Series of 20____
Notary Public Until 31 December 20____ PTR No._______________ Issued at:_______________ Issued on:_______________ TIN No. ________________
112
B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows: NFCC = K (current asset current liabilities) minus value of all outstanding works under ongoing contracts including awarded contracts yet to be started NFCC = P _______________________________________ K = 10 for a contract duration of one year or less, 15 for more than one year up to two years and 20 for more than two years Or Commitment from a licensed bank to extend to it a credit line if awarded the contract in the amount of at least 10% of the proposed project to bid. Name of Bank: ______________________________ Amount: ___________________ Herewith attached are certified true copies of the income tax return and audited financial statement: stamped RECEIVED by the BIR or BIR authorized collecting agent for the immediately preceding year and the cash deposit certificate or certificate of commitment from a licensed bank to extend a credit line. Submitted by: ________________________________________ Name of Supplier / Distributor / Manufacturer _________________________________________ Signature of Authorized Representative Date : _____________________________ NOTE: If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the above requirements. 113
Attention:
WHEREAS, [insert name and address of Supplier] (hereinafter called the Supplier) has undertaken, in pursuance of Contract No. [insert number] dated [insert date] to execute [insert name of contract and brief description] (hereinafter called the Contract); AND WHEREAS, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS, we have agreed to give the Supplier such a Bank Guarantee; NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Supplier, up to a total of [insert amount of guarantee] proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [insert amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract to be performed there under or of any of the Contract documents which may be made between you and the Supplier shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the date of your issuance of the Notice of Final Acceptance. SIGNATURE AND SEAL OF THE GUARANTOR ___________________________ NAME OF BANK ______________________________________________________ ADDRESS ____________________________________________________________ ______________________________________________________________________ DATE ________________________________________________________________
114
115
Annual Income Tax Return (ITR), BIR Form No. 1702 (sample)
116
117
118
BID-SECURING DECLARATION
Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number] To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration. 2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any 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 Declaration3, if I/we have committed any of the following actions: (i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or (ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract, in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the Period of bid validity. 3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances: (a) Upon expiration of the bid validity period, or any extension thereof pursuant to Your request; (b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; (c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest Rated and Responsive Bid4, and I/we have furnished the performance security and signed the Contract.
119
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution] .
[Insert NAME OF BIDDERS AUTHORIZED REPRESENTATIVE] [Insert signatorys legal capacity] Affiant
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution] , Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.
NAME OF NOTARY PUBLIC Serial No. of Commission ___________ Notary Public for ______ until _______ Roll of Attorneys No. _____ PTR No. __, [date issued], [place issued] IBP No. __, [date issued], [place issued]
Doc. No. ___ Page No. ___ Book No. ___ Series of ____.
120
121
Position
No. of Offices
18th Floor LKG Tower, 6801 Ayala Ave., Makati City 1286
Address
Facsimile Number
884-3988; 884-2000; 8843746; 884-3900
Contact Number
Webiste
billy.goquingco@ph.abnamro.com; billy.goquingco@rbs.com.ph Website: http://www.abnamro.com.ph islambnk@tri-isys.com
President
No. of Offices: 1
Universal Banks (UBs) Universal Banks (UBs) Jaime F. Panganiban
Interim OIC/CEO
No. of Offices: 9
Fax: 819-5249
President
Allied Banking Center, 6754 Ayala Ave. cor. Legaspi St., Makati City
Fax: 813-3927
5F Metrobank Card Corp. 848-5091; 848-6018; 818Center, 6778 Ayala 8117; 818-8158 Avenue, Makati City Fax: 848-5086; 818-8112
No. of Offices: 1
President
G/F Parc Royale 636-6888; 636-6107; 638Condominium, Dona Julia 6888; 631-3333 Vargas Ave., Ortigas Fax: 636-6101; 636-6109 Center, Pasig City 1605
No. of Offices: 48
6 Banco de Oro Unibank, Inc. Universal Banks (UBs) Nestor V. Tan
President
bancodeoro@bdo.com.ph;
Website:
nvt@bdo.com.ph
http://www.bancodeoro.com.ph
122
No. 7
Contact Person
Position
No. of Offices
10th Floor Tower II The Enterprise Center 6766 Ayala Avenue, Makati City
Address
Facsimile Number
752-0879
Contact Number
Webiste
bblml@bbi.com.ph Website: http://www.bangkokbank.com
Phisit Charoenphan
No. of Offices: 1
8 Bank of America, N.A. Commercial Banks (KBs)
Henry T. Pelaez (SVP/Country 27/F Philamlife Tower, Manager) 8767 Paseo de Roxas, SVP/Country Manager Makati City 1226
henry.pelaez@bankofamerica.com
No. of Offices: 1
Website:
General Manager
Fax: 885-0532
No. of Offices: 1
Commercial Banks (KBs) Raul B. de Mesa
10
President
President
BPI Bldg., Ayala Avenue cor. Paseo de Roxas, Makati City 0720
Fax: 891-0183
General Manager
15/F Makati Sky Plaza 886-7371 loc 110; 886-7401 masakazu_mizutani@ph.mufg.jp Building, 6788 Ayala Fax: 886-7389 Website: http://www.btm.co.jp Avenue, Makati City 1226
No. of Offices: 1
13 BDO Private Bank, Inc. Commercial Banks (KBs) Josefina N. Tan
President
27/F Tower One, Ayala Triangle, Ayala Ave.cor. Paseo de Roxas, Makati City 1226
848-6300; 848-6555
Fax: 848-6269
jnt@pb.bdo.com.ph
Website:
http://www.bancodeoro.com.ph
No. of Offices: 1
14 China Banking Corporation Universal Banks (UBs) Peter S. Dee
President
8745 Paseo de Roxas 841-1101; 885-5555; 885cor. Villar St., Makati City 5402 1226 Fax: 892-7486
123
No. 15
Contact Person
Position
No. of Offices
3/F Tower One & Exchange Plaza, Ayala Triangle, Ayala Ave. cor. Paseo de Roxas, Makati City 1274
Address
Facsimile Number
848-5519; 811-8501; 8118503
Contact Number
Webiste
william.go@chinatrust.com.ph Website: http://www.chinatrust.com
Mark Chen
President
No. of Offices: 23
16 Citibank, N.A. Commercial Banks (KBs) Sanjiv Vohra
Country Officer
No. of Offices: 6
17 Deutsche Bank AG Commercial Banks (KBs) Enrico S. Cruz
26/F Ayala Tower One, Ayala Triangle, Ayala Ave., Makati City 1274
No. of Offices: 1
18 Development Bank of the Philippines Universal Banks (UBs) Reynaldo G. David
President
DBP Bldg., Sen. Gil J. Puyat Ave.cor. Makati Ave., Makati City 1200
No. of Offices: 78
19 East West Banking Corporation Commercial Banks (KBs) Mr. Antonio Moncupa, Jr.
Fax: 867-3242
info@devbankphil.com.ph; rgdavid@devbankphil.com.ph
Website:
http://www.devbankphil.com.ph acmoncupa@eastwestbanker.com
President
20/F PBCom Tower, 6795 815-0233; 816-0609/816Ayala Ave. cor. V.A.. 0603; 830-8999 Rufino St., Salcedo Fax: 818-4155; 818-4147 Village, Makati City 1200
Website:
http://www.eastwestbanker.com
No. of Offices: 81
20 Export and Industry Commercial Banks Bank, Inc. (KBs) Juan Victor S. Tanjuatco
President
Export Bank Plaza, Export Drive cor. Chino Roces cor. Sen Gil Puyat Ave., Makati City 1200
No. of Offices: 50
21 Internationale Nederlanden Grope Bank N.V. - Manila Branch Universal Banks (UBs) Consuelo D. Garcia
Country Manager
21 / F Tower One & Exchange Plaza, Ayala Triangle, Ayala Avenue, Makati City 1225
No. of Offices: 1
124
No. 22
Contact Person
Position
No. of Offices
31/F Philamlife Tower, 8767 Paseo de Roxas, Makati City 1229
Address
Facsimile Number
885-7700; 878-1101
Contact Number
Webiste
Roberto.I.panlilio@jpmorgan.com Website: http://www.chase.com
Roberto L. Panlilio
Fax: 885-7924
No. of Offices: 1
23 Korea Exchange Bank Commercial Banks (KBs) Jong Bai Jeon
General Manager
33/F Citibank Tower, 8741 Paseo de Roxas St., Salcedo Village, Makati City
No. of Offices: 1
24 Land Bank of the Philippines Universal Banks (UBs) Gilda E. Pico
LBP Plaza Building, 1598 M.H. del Pilar St. cor Dr. J. Quintos St., Malate, Manila 1004
President
Legaspi Towers, 300 Roxas Blvd. cor. Vito Cruz St., Malate, Manila 1004
No. of Offices: 45
26 Metropolitan Bank & Trust Company Universal Banks (UBs) Arthur V. Ty
President
Metrobank Plaza, Sen. Gil 898-8000; 812-4341 J. Puyat Ave., Makati City Fax: 817-6248; 894-5225; 1200 817-6428
General Manager
26/F Citibank Tower, Valero cor. Villar Sts., Salcedo Village, Makati City
No. of Offices: 1
28 Philippine Bank of Communications Commercial Banks (KBs)
Roman Anthony V. Azanza, Jr. 5/F PBCom Tower, 6795 830-7000; 893-3448; 830President Ayala Avenue,Makati City 7288 1200 Fax: 818-2593; 818-2628
No. of Offices: 67
125
No. 29
Contact Person
Position
No. of Offices
PNB Financial Center, Pres. Diosdado Macapagal Blvd., Pasay City 1305
Address
Facsimile Number
551-2950; 891-6258; 5734000
Contact Number
Webiste
pnbpres@pnb.com.ph; Website: http://www.pnb.com.ph
President
President
PVB Bldg. 101V.A. Rufino cor. Dela Rosa Sts., Legaspi Village, Makati City 1229
No. of Offices: 45
894-3919; 751-5000; 751rabalbido@veteransbank.com.ph; 8081 to 83; 751-8520; 751- Website: 5906; 751-0194; 751-8520; http://www.veteransbank.com.ph 857-3800, 893-3557; 9021700; 902-1708/1709
31
President
Philtrust Bank Bldg., 1000 U.N. Ave. cor. San Marcelino St., Paco, Manila 1004
ptc@bancnet.com
No. of Offices: 45
32 Rizal Commercial Banking Corporation Security Bank Corporation Universal Banks (UBs) Lorenzo V. Tan
President
Yuchengco Tower, RCBC Plaza, 6819 Ayala Avenue Makati City 0727
894-9000; 894-9995
Fax: 891-0748
33
President
avillarosa@securitybank.com.ph
Website:
President
No. of Offices: 6
35 Hongkong and Shanghai Banking Corporation Universal Banks (UBs)
Website:
Mark Redmayne P. Watkinson The Enterprise Center 830-5300 (TL) 830-5211 President & CEO Tower I, 6766 Ayala Ave. (DL) cor. Paseo de Roxas, Fax: 886-5343; 886-5753 Makati City 1226
No. of Offices: 8
126
No. 36
Contact Person
Position
No. of Offices
Address
Facsimile Number
Contact Number
Webiste
Jack Guey-Zen Huang - GM & 3/F Pacific Star Bldg., Country Mgr Sen. Gil J. Puyat Ave. GM & Country Manager cor. Makati Ave., Makati City 1200
No. of Offices: 1
37
Victor B. Valdepeas
President
Unionbank Plaza Building, Meralco Ave., cor. Onyx & Sapphire Roads, Pasig City 1605
Fax: 893-8590
President
811-9000; 841-0740
127
TECHNICAL COMPONENT
(Eligibility and Technical Documents)
FINANCIAL COMPONENT
COPY 2
Table of Contents
COPY 2
COPY 1
COPY 1
ORIGINAL
ORIGINAL
128
ORIGINAL / COPY NO. ________ [BIDDERS COMPANY NAME] [COMPANYS OFFICE ADDRESS] PUBLIC BIDDING: [PROJECT TITLE] BIDDING FOR __[no.]__:__[item description]__(if applicable)
THE CHAIRPERSON BIDS AND AWARDS COMMITTEE I DEPARTMENT OF EDUCATION CENTRAL OFFICE [VENUE OF BID OPENING]
DO
NOT
OPEN
BEFORE
[TIME
AND
DATE
OF
BID
OPENING]
129
130