0% found this document useful (0 votes)
68 views53 pages

Philippine Bidding Documents for 2024 Freight Services

This document outlines the bidding procedures for the procurement of freight forwarding services for the Philippine government from January 1 to December 31, 2024. It provides an introduction and preface to the bidding documents, a table of contents of the documents, and defines key terms and acronyms used in the bidding process. The government is seeking bids from qualified freight forwarding companies to provide shipping and logistics services for various goods and materials.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
68 views53 pages

Philippine Bidding Documents for 2024 Freight Services

This document outlines the bidding procedures for the procurement of freight forwarding services for the Philippine government from January 1 to December 31, 2024. It provides an introduction and preface to the bidding documents, a table of contents of the documents, and defines key terms and acronyms used in the bidding process. The government is seeking bids from qualified freight forwarding companies to provide shipping and logistics services for various goods and materials.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

PHILIPPINE BIDDING DOCUMENTS

Procurement of
GOODS
Government of the Republic of the Philippines

Procurement of Freight Forwarding


Services for CY 2024 (January 1-
December 31, 2024)

Sixth Edition
July 2022
0
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by
any branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included
in the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text

1
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents


as to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.

e. Modifications for specific Procurement Project details should be provided in


the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….4


Section I. Invitation to Bid……………………………………………………..7
Section II. Instructions to Bidders…………………………………………...8
1. Scope of Bid ………………………………………………………………………. 11
2. Funding Information………………………………………………………………. 11
3. Bidding Requirements ……………………………………………………………. 11
4. Corrupt, Fraudulent, Collusive, and Coercive Practices 11
5. Eligible Bidders…………………………………………………………………… 12
6. Origin of Goods ………………………………………………………………….. 12
7. Subcontracts ……………………………………………………………………… 12
8. Pre-Bid Conference ………………………………………………………………. 12
9. Clarification and Amendment of Bidding Documents …………………………… 12
10. Documents comprising the Bid: Eligibility and Technical Components ………….13
11. Documents comprising the Bid: Financial Component …………………………... 13
12. Bid Prices …………………………………………………………………………. 13
13. Bid and Payment Currencies ……………………………………………………… 14
14. Bid Security ………………………………………………………………………. 14
15. Sealing and Marking of Bids ………………………………………………………14
16. Deadline for Submission of Bids …………………………………………………. 15
17. Opening and Preliminary Examination of Bids ………………………………….. 15
18. Domestic Preference ……………………………………………………………… 15
19. Detailed Evaluation and Comparison of Bids ……………………………………. 15
20. Post-Qualification ………………………………………………………………… 16
21. Signing of the Contract …………………………………………………………… 16
Section III. Bid Data Sheet …………………………………………………..17
Section IV. General Conditions of Contract ……………………...………..20
1. Scope of Contract ………………………………………………………………… 21
2. Advance Payment and Terms of Payment ……………………………………….. 21
3. Performance Security ……………………………………………………………. 21
4. Inspection and Tests ……………………………………………………………… 21
5. Warranty …………………………………………………………………………. 22
6. Liability of the Supplier ………………………………………………………….. 22
Section V. Special Conditions of Contract ………………………………….21
Section VI. Schedule of Requirements ……………………………………....28
Section VII. Technical Specifications …………………………………………29
Section VIII. Checklist of Technical and Financial Documents …………..30

3
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

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


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

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


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

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

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

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

CDA - Cooperative Development Authority.

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

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

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

4
DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

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


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

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


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

GFI – Government Financial Institution.

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

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

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

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


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

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

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

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


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

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

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

UN – United Nations.

6
Section I. Invitation to Bid

7
Republic of the Philippines
Department Of Transportation
LAND TRANSPORTATION OFFICE

INVITATION TO BID FOR THE Procurement of Freight Forwarding


Services for CY 2024 (January 1 - December 31, 2024)
The Land Transportation Office (LTO), through the National Expenditure Program FY 2024
intends to apply the sum of Twenty Four Million Nine Hundred Five Thousand Five
Hundred Eight Pesos and Sixty-Eight Centavos (PhP 24,905,508.68) being the ABC to
payments under the contract for the Procurement of Freight Forwarding Services for CY
2024 (January 1 - December 31, 2024). Bids received in excess of the ABC shall be
automatically rejected at bid opening.

The LTO now invites bids for the above Procurement Project. Delivery of the Freight
Forwarding Services is required for twelve (12) months upon receipt of Notice to Proceed.
Bidders should have completed, within five (5) years from the date of submission and receipt
of bids, a contract similar to the Project. The description of an eligible bidder is contained in
the Bidding Documents, particularly, in Section II (Instructions to Bidders).

Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and
Regulations (IRR) of Republic Act (RA) No. 9184.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations


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

Prospective Bidders may obtain further information from the Bids and Awards Committee
(BAC) - Secretariat through email: [email protected]. A complete set of Bidding
Documents may be acquired by interested Bidders on 24 October 2023 (Tuesday) from the
given website(s) below and upon submission of a.) Letter of Intent (LOI) b.) copy and
presentation of Company ID c.) Authorization Letter (if applicable) and d.) payment of the
applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the
GPPB, in the amount of Twenty- Five Thousand Pesos Only (P 25,000.00). The Procuring
Entity shall allow the bidder to present its proof of payment for the fees in person or through
electronic means.

The LTO will hold a Pre-Bid Conference1 on 31 October 2023 (Tuesday), 11:00 a.m through
video conferencing via Zoom, which shall be open to prospective bidders. Please e-mail:
[email protected] for further instruction.

8
Bids must be duly received by the BAC Secretariat on or before 14 November 2023 (Tuesday),
08:30 a.m. through manual submission at the Bulwagang R. F. Edu, LTO-CO, LTO
Compound, East Avenue, Quezon City. Late bids shall not be accepted.

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

Bid opening shall be on 14 November 2023 (Tuesday), 11:00 a.m. at the Bulwagang R. F.
Edu, LTO-CO, LTO Compound, East Avenue, Quezon City and/or via Zoom. Bids will be
opened in the presence of the bidders’ representatives who choose to attend the activity. For
bidders that intend to attend via Zoom, please e-mail: [email protected] for further
instruction.

The LTO reserves the right to reject any and all bids, declare a failure of bidding, or not award
the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the
2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder
or bidders.

For further information, please refer to:

JAY-R R. OABEL
Head, BAC- Secretariat
LTO-CO, LTO Compound, East Avenue, Diliman, Quezon City 1101
Mobile No.: (+63) 968 314 9805/ (+63) 931 027 1184
Email Address: [email protected]
You may visit the following websites:
a.) Philippine Government Electronic Procurement System (PhilGEPS)
b.) Website of the Procuring Entity at https://lto.gov.ph

Date of Issue: 24 October 2023

_______________________________
EDUARDO C. DE GUZMAN
BAC Chairman

9
Section II. Instructions to Bidders

10
1. Scope of Bid

The Procuring Entity, LTO wishes to receive Bids for the Procurement of Freight
Forwarding Services for CY 2024 (January 1 - December 31, 2024) with identification
number GDS-24-1-4.

[Note: The Project Identification Number is assigned by the Procuring Entity based on
its own coding scheme and is not the same as the PhilGEPS reference number, which
is generated after the posting of the bid opportunity on the PhilGEPS website.]

The Procurement Project (referred to herein as “Project”) is composed of one (1) Lot
of Freight Forwarding Services, the details of which are described in Section VII
(Technical Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for 2024 in the
amount of Twenty Four Million Nine Hundred Five Thousand Five Hundred
Eight Pesos and Sixty-Eight Centavos (PhP 24,905,508.68).

2.2. The source of funding is:

a. NEP, the National Expenditure Program.

3. Requirements

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

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

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

4. Corrupt, Fraudulent, Collusive, and Coercive Practices

The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.
11
5. Eligible Bidders

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

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

For the procurement of Non-expendable Supplies and Services: The


Bidder must have completed a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC.

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

6. Origin of Goods

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

7. Subcontracts

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

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

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

12
10. Documents comprising the Bid: Eligibility and Technical Components

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

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

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

11. Documents comprising the Bid: Financial Component

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

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


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

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

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Bid Prices

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

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

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


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

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

13
iii. The cost of transportation, insurance, and other costs incidental to
delivery of the Goods to their final destination; and

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

b. For Goods offered from abroad:

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

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


VII (Technical Specifications).

13. Bid and Payment Currencies

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

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

a. Philippine Pesos.

14. Bid Security

14.1. The Bidder shall submit a Bid Securing Declaration2 or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid until one hundred twenty calendar days
(120 C.D.) upon the opening of bids. Any Bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.

15. Sealing and Marking of Bids


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

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

14
If the Procuring Entity allows the submission of bids through online submission or
any other electronic means, the Bidder shall submit an electronic copy of its Bid,
which must be digitally signed. An electronic copy that cannot be opened or is
corrupted shall be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids

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

17. Opening and Preliminary Examination of Bids


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

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

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


2016 revised IRR of RA No. 9184.

18. Domestic Preference

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

19. Detailed Evaluation and Comparison of Bids

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

19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as
the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall
be submitted for each lot or item separately.

19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the
BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the
2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total
of the ABCs for all the lots or items participated in by the prospective Bidder.
15
19.4. The Project shall be awarded as follows:

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

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

20. Post-Qualification

20.2. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated
Bid, the Bidder shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.

21. Signing of the Contract

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

16
Section III. Bid Data Sheet

17
Bid Data Sheet
ITB
Claus
e
5.3 For this purpose, contracts similar to the Project shall be:

a. contracts that involve the provision of freight forwarding services.

b. The Bidder must have completed a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC

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

The statement of SLCC shall indicate the following:


a. Name of Contract
b. Date of Contract
c. Owner’s Name and Address
d. Amount of Completed Contracts
e. Date of Delivery

End-user’s Acceptance or Official Receipts or Invoices issued for the contract,


shall be attached as proof of project completion.
7.1 Subcontracting is not allowed.

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

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

a. The amount of not less than Four Hundred Ninety Eight Thousand One
Hundred Ten Pesos and Seventeen Centavos (P 498,110.17), two percent
(2%) of ABC], if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit; or

b. The amount of not less than One Million Two Hundred Forty Five
Thousand Two Hundred Seventy Five Pesos and Forty Three Centavos
(P 1,245,275.43), five percent (5%) of ABC] if bid security is in Surety
Bond.

15 a. Each bidder shall submit one (1) original and two (2) copies of the first
and second components of its bid, duly sealed and labeled, and shall be
signed by the Bidder or its duly authorized representative/s.

18
b. Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12 in one sealed envelope marked “ORIGINAL”
–TECHNICAL COMPONENT”, and the original of their financial
component in another sealed envelope marked “ORIGINAL- FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked
“ORIGINAL BID”.
c. Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ -TECHNICAL
COMPONENT” and “COPY NO. ____- FINANCIAL COMPONENT”
and the outer envelope as “COPY NO.___”, respectively. These envelopes
containing the original and the copies shall then be enclosed in one single
envelope.

19.2 Partial bid is not allowed.

20.1 Other post-qualification documents required for submission:

Certified true copies of SEC/DTI Registration Certificate, valid Tax Clearance,


and current Mayor’s/Business Permit

19
Section IV. General Conditions of Contract

20
1. Scope of Contract

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

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

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

2. Advance Payment and Terms of Payment

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

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

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

4. Inspection and Tests


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

21
All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.

5. Warranty

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

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

6. Liability of the Supplier

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

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

22
Section V. Special Conditions of Contract

23
Special Conditions of Contract
GCC
Clause
1 a. The Procuring Entity is Land Transportation Office.

b. The Supplier is [to be inserted at the time of contract award].

The Funding Source is: Twenty Four Million Nine Hundred Five
Thousand Five Hundred Eight Pesos and Sixty-Eight Centavos (PhP
24,905,508.68).

NOTE: In the case of National Government Agencies, the General


Appropriations Act and/or continuing appropriations; in the case of
Government-Owned and/or –Controlled Corporations, Government
Financial Institutions, and State Universities and Colleges, the
Corporate Budget for the contract approved by the governing Boards;
in the case of Local Government Units, the Budget for the contract
approved by the respective Sanggunian.

d . The Project Site is Land Transportation Office-Central Office and


Regional Offices Nationwide.

Delivery and Documents –

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

[For Goods supplied from abroad, state:] “The delivery terms applicable to
the Contract are DDP delivered Philippines. In accordance with
INCOTERMS.”

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

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

For purposes of this Clause the Procuring Entity’s Representative at the


Project Site is Ms. Jeany Ann D. Torres, OIC, Property Section.

Incidental Services –

24
The Supplier is required to provide all of the following services, including
additional services, if any, specified in Section VI. Schedule of Requirements:

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 destination and the absence of
heavy handling facilities at all points in transit.

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

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

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications
A packaging list identifying the contents and quantities of the package is to be
placed on an accessible point of the outer packaging if practical. If not
practical the packaging list is to be placed inside the outer packaging but
outside the secondary packaging.

Transportation –

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

25
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project
Site, transport to such place of destination in the Philippines, including
insurance and storage, as shall be specified in this Contract, shall be arranged
by the Supplier, and related costs shall be included in the contract price.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP
or DDP, Goods are to be transported on carriers of Philippine registry. In the
event that no carrier of Philippine registry is available, Goods may be shipped
by a carrier which is not of Philippine registry provided that the Supplier
obtains and presents to the Procuring Entity certification to this effect from the
nearest Philippine consulate to the port of dispatch. In the event that carriers
of Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.

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

Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party
claims of infringement of patent, trademark, or industrial design rights arising
from use of the Goods or any part thereof.
2.1 Not applicable

2.2 The terms of payment shall be progress billing or partial payment based on
the actual services rendered
4 Not applicable.

26
Section VI. Schedule of Requirements

27
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of
delivery to the project site.

Item Description Quantity Total Delivered,


Number Weeks/Months
1. Motor Vehicle and Motorcycle ( 2,051,698 kg) ( 2,051,698 kg) January 1, 2024 to
Plates December 31,
2024.
2. Accountable and (21,556.17 kg) (21,556.17kg)
Delivery of the
Non- Accountable Forms services is within
twelve (12) months
upon receipt of
3. Driver’s License Cards Notice to
(33,454 kg) (33,454 kg) Proceed/Purchase
Order.

Please refer to LTO


Various Equipment website for the
4. (99,122 kg) (99,122 kg)
addresses of the
regional offices and
the District offices of
NCR and the
identified provinces
of Region IV-B.

Delivery lead time for


both inbound and
outbound deliveries:

a.) Overland:
maximum of two
(2) calendar days
within Metro
Manila; and three
(3) calendar days
outside Metro
Manila
b.) Seafreight:
maximum of nine
(9) calendar days
c.) Airfreight:
maximum of six
(6) calendar days

28
Section VII. Technical Specifications

29
Technical Specifications
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.

Item Specification Statement of Compliance

Bidders must state here either “Comply” or “Not Comply”


against each of the individual parameters of each
Specification stating the corresponding performance
parameter of the equipment offered. Statements of
“Comply” or “Not Comply” must be supported by evidence
in a Bidders Bid and cross- referenced to that evidence.
Evidence shall be in the form of manufacturer’s un-
amended sales literature, unconditional statements of
specification and compliance issued by the manufacturer,
samples, independent test data etc., as appropriate. A
statement that is not supported by evidence or is
subsequently found to be contradicted by the evidence
presented will render the Bid under evaluation liable for
rejection. A statement either in the Bidders statement of
compliance or the supporting evidence that is found to be
false either during Bid evaluation, post-qualification or the
execution of the Contract may be regarded as fraudulent
and render the Bidder or supplier liable for prosecution
subject to the provisions of ITB Clause 3.1(a)(ii) and/or
GCC Clause 2.1(a)(ii).

I. Equipment requirement:
a) Minimum of Two (2) units of
10 Wheeler Wing Van
registered under the name of the
service provider.
b) Minimum of Two (2) units 6
Wheeler Closed Van registered
under the name of the service
provider.
c) Minimum of Two (2) units
Wheel Closed Van registered
under the name of the service
provider.

Copies of the Official Receipt


(OR) of the registration of the
above enumerated motor vehicles
for the current year and
30
Certificate of Registration (CR) of
each vehicle under the name of the
service provider shall be
submitted with the bid proposal.
II. Services to be rendered for freight
forwarding:

PLATES
a) Overland Weight,
(Outbound): Kilos

NCR 779,776
Region 1 46,522
Region 2 59,195
Region 3 223,459
Region 4A 188,798
Region 5 34,150
CAR 10,551

b) Seafreight
(Outbound):
Region 4B 0
Calapan District 18,441
Office
BOAC District 2,391
Office
Romblon District 2,732
Office
Palawan District 10,587
Office
Region 6 111,913
Region 7 127,947
Region 8 42,288
Region 9 99,436
Region 10 67,666
Region 11 109,500
Region 12 85,976
CARAGA 30,371

FORMS
31
a) Overland
(Outbound):
NCR 0
Region 1 1,236.04
Region 2 1,760.38
Region 3 2,475.41
Region 4A 2,674.46
Region 5 1,229.82
CAR 176.06

b) Seafreight
(Outbound):
Region 4B 701
Calapan District Office 39
BOAC District Office 16
Romblon District 9
Office
Palawan District Office 18
Region 6 1,898
Region 7 1,596
Region 8 963
Region 9 1,826
Region 10 1,014
Region 11 1,869
Region 12 1,330
CARAGA 725

CARDS
a) Overland
(Outbound):
NCR 0
Region 1 2,270
Region 2 1,512
Region 3 5,436
Region 4A 6,012
Region 5 1,932
CAR 672

32
b) Airfreight
(Outbound):
Region 4B 251
Calapan District Office 139
BOAC District Office 56
Romblon District
Office 56
Palawan District Office 307
Region 6 2,220
Region 7 3,019
Region 8 1,265
Region 9 1,486
Region 10 1,814
Region 11 1,553
Region 12 1,949
CARAGA 1,505

EQUIPMENT
a) Overland
(Outbound):
NCR 4,900
Region 1 2,850
Region 2 3,300
Region 3 4,450
Region 4A 3,200
Region 5 2,150
CAR 1,650

b) Seafreight
(Outbound):
Region 4B 1660
BOAC District Office 388
Romblon District
Office 776
Palawan District Office 776
Region 6 3,600
33
Region 7 2,050
Region 8 3,600
Region 9 1,850
Region 10 1,650
Region 11 2,550
Region 12 1,550
CARAGA 1,700

LASER
ENGRAVER
a) Overland
(Outbound):
NCR 440
Region 1 1,672
Region 2 1,320
Region 3 880
Region 4A 880
Region 5 1,232
CAR 1,408

b) Seafreight
(Outbound):
Region 4B 1,496
BOAC District Office
176
Romblon District
Office 176
Palawan District Office 264
Region 8 2,288
Region 9 2,112
CARAGA 1,232

b) Seafreight
(Inbound):
Region 4B 1,496
BOAC District Office 176
Romblon District
Office 176
Palawan District Office 264

34
Region 8 2,288
Region 9 2,112
CARAGA 1,232

c) Airfreight
(Outbound):
Region 2 264
Region 6
3,344
Region 7 3,696
Region 10 2,288
Region 11 1,936
Region 12 2,816
CARAGA 1,232

c) Airfreight
(Inbound):
Region 2 264
Region 6 3,344
Region 7 3,696
Region 10 2,288
Region 11 1,936
Region 12 2,816
CARAGA 1,232

II All modes of freight forwarding


services indicated as
“OUTBOUND” , as stated in Item
I. shall be transported from LTO –
Central Office, East Avenue
Quezon City to the designated
regional/specific office
III. All modes of freight forwarding
services indicated as “INBOUND”
, as stated in Item I. shall be
transported from the specific
regional office to LTO – Central
Office, East Avenue Quezon City.

35
Section VIII. Checklist of Technical and Financial
Documents

36
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents


Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

Technical Documents
(b) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
(c) Statement of the bidder’s Single Largest Completed Contract (SLCC)
similar to the contract to be bid, except under conditions provided for in
Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184,
within the relevant period as provided in the Bidding Documents; and

(d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission; or Original copy of
Notarized Bid Securing Declaration; and

(e) Conformity with the Technical Specifications, which may include


production/delivery schedule, manpower requirements, and/or after-
sales/parts, if applicable;

Other Documents to be Submitted in accordance with Technical


Specifications No. I
Copy of the Official Receipt (OR) and Certificate of Registration (CR) of
the required vehicles registered under the name of the service provider;
and
(f) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
(g) The Supplier’s audited financial statements, showing, among others, the
Supplier’s total and current assets and liabilities, stamped “received” by the
BIR or its duly accredited and authorized institutions, for the preceding
calendar year which should not be earlier than two (2) years from the date of
bid submission; and
(h) The prospective bidder’s computation of Net Financial Contracting
Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu
of its NFCC computation.
37
Class “B” Documents
(i) If applicable, a duly signed joint venture agreement (JVA) in case the joint
venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


j) Original of duly signed and accomplished Financial Bid Form; and
k) Original of duly signed and accomplished Price Schedule(s) shall be
copied in a USB to be submitted with the Financial Component.
Other documentary requirements under RA No. 9184 (as applicable)
l)[For foreign bidders claiming by reason of their country’s extension of
reciprocal rights to Filipinos] Certification from the relevant government
office of their country stating that Filipinos are allowed to participate in
government procurement activities for the same item or product.

38
APPENDIX “1”

Bid Form for the Procurement of Goods


[shall be submitted with the Bid]
_________________________________________________________________________

BID FORM
Date : _________________
Project Identification No. : _________________

To: [name and address of Procuring Entity]

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

If our Bid is accepted, we undertake:


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

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

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

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


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

Name and address Amount and Purpose of


of agentCurrencyCommission or gratuity

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

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

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

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

39
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as evidenced by the
attached [state the written authority].

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

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

40
Bid Forms
Weight Bid Price per
Description Amount
Kilograms Kilogram

PLATES
a) Overland Weight, Kilos
(Outbound):

NCR 779,776
Region 1 46,522
Region 2 59,195
Region 3 223,459
Region 4A 188,798
Region 5 34,150
CAR 10,551

b) Seafreight
(Outbound):
Region 4B 0
Calapan District Office 18,441

BOAC District Office 2,391


Romblon District 2,732
Office
Palawan District 10,587
Office
Region 6 111,913
Region 7 127,947
Region 8 42,288
Region 9 99,436
Region 10 67,666
Region 11 109,500
Region 12 85,976
CARAGA 30,371
SUB-TOTAL

FORMS
a) Overland Weight, Kilos
(Outbound):
NCR 0
Region 1 1,236.04
Region 2 1,760.38
41
Region 3 2,475.41
Region 4A 2,674.46
Region 5 1,229.82
CAR 176.06

b) Seafreight
(Outbound):
Region 4B 701
Calapan District Office 39
BOAC District Office 16
Romblon District Office 9
Palawan District Office 18
Region 6 1,898
Region 7 1,596
Region 8 963
Region 9 1,826
Region 10 1,014
Region 11 1,869
Region 12 1,330
CARAGA 725
SUB-TOTAL

CARDS
a) Overland
(Outbound):
NCR 0
Region 1 2,270
Region 2 1,512
Region 3 5,436
Region 4A 6,012
Region 5 1,932
CAR 672

b) Airfreight
(Outbound):
Region 4B 251
Calapan District Office 139
BOAC District Office 56
Romblon District Office 56
Palawan District Office 307
Region 6 2,220
42
Region 7 3,019
Region 8 1,265
Region 9 1,486
Region 10 1,814
Region 11 1,553
Region 12 1,949
CARAGA 1,505
SUB-TOTAL

EQUIPMENT

ICT, PMP AND OTHER EQUIPMENT


a) Overland
(Outbound):
NCR 4,900
Region 1 2,850
Region 2 3,300
Region 3 4,450
Region 4A 3,200
Region 5 2,150
CAR 1,650

b) Seafreight
(Outbound):
Region 4B 1660
BOAC District Office 388
Romblon District Office 776
Palawan District Office 776
Region 6 3,600
Region 7 2,050
Region 8 3,600
Region 9 1,850
Region 10 1,650
Region 11 2,550
Region 12 1,550
CARAGA 1,700
SUB-TOTAL

LASER ENGRAVERS
a) Overland
(Outbound):
43
NCR 440
Region 1 1,672
Region 2 1,320
Region 3 880
Region 4A 880
Region 5 1,232
CAR 1,408

b) Seafreight
(Outbound):
Region 4B 1,496
BOAC District Office 176
Romblon District Office 176
Palawan District Office 264
Region 8 2,288
Region 9 2,112
CARAGA 1,232

b) Seafreight
(Inbound):
Region 4B 1,496
BOAC District Office 176
Romblon District Office 176
Palawan District Office 264
Region 8 2,288
Region 9 2,112
CARAGA 1,232

c) Airfreight
(Outbound):
Region 2 264
Region 6 3,344
Region 7 3,696
Region 10 2,288
Region 11 1,936
Region 12 2,816
CARAGA 1,232

c) Airfreight
(Inbound):
Region 2 264
44
Region 6 3,344
Region 7 3,696
Region 10 2,288
Region 11 1,936
Region 12 2,816
CARAGA 1,232

SUB-TOTAL
TOTAL BID PRICE

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______________________________

45
Contract Agreement Form for the Procurement of Goods (Revised)
[Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the
Notice of Award]
_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of
the other part;

WHEREAS, the Entity invited Bids for certain goods and ancillary services,
particularly [brief description of goods and services] and has accepted a Bid by the Supplier
for the supply of those goods and services in the sum of [contract price in words and figures
in specified currency] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents as required by the 2016 revised Implementing Rules


and Regulations of Republic Act No. 9184 shall be deemed to form and be read
and construed as integral part of this Agreement, viz.:

i. Philippine Bidding Documents (PBDs);


i. Schedule of Requirements;
ii. Technical Specifications;
iii. General and Special Conditions of Contract; and
iv. Supplemental or Bid Bulletins, if any

ii. Winning bidder’s bid, including the Eligibility requirements, Technical


and Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s


bidding envelopes, as annexes, and all other documents submitted (e.g.,
Bidder’s response to request for clarifications on the bid), including
corrections to the bid, if any, resulting from the Procuring Entity’s bid
evaluation;

iii. Performance Security;


iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the
GPPB that are subsequently required for submission after the
contract execution, such as the Notice to Proceed, Variation Orders,
and Warranty Security, shall likewise form part of the Contract.
46 If ADB, JICA and WB funded projects, use
IFB. 79
3. In consideration for the sum of [total contract price in words and figures] or
such other sums as may be ascertained, [Named of the bidder] agrees to [state
the object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.

[Insert Name and Signature] [Insert Name and Signature]

[Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity]

for: for:

[Insert Procuring Entity] [Insert Name of Supplier]

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

47 If ADB, JICA and WB funded projects, use


IFB. 79
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

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

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

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

2. [Select one, delete the other:]

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

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

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

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

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

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring
Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and
the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
48 If ADB, JICA and WB funded projects, use
IFB. 79
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC),
the Technical Working Group, and the BAC Secretariat, the head of the Project Management
Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;

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

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

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

a. Carefully examining all of the Bidding Documents;


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

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

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

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

49 If ADB, JICA and WB funded projects, use


IFB. 79
Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY]


[name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,
which amends Clause Error! Reference source not found. of the General Conditions of C
ontract 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

[name of bank or financial institution]

[address]

[date]

50 If ADB, JICA and WB funded projects, use


IFB. 79
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________) S.S.

BID SECURING DECLARATION


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

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

51 If ADB, JICA and WB funded projects, use


IFB. 79
52 If ADB, JICA and WB funded projects, use
IFB. 79

You might also like