Olongapocity.gov.ph



Philippine Bidding Documents

(As Harmonized with Development Partners)

Republic of the Philippines

City of Olongapo

Web: .ph

RE-BID Procurement for the Supply and Delivery of Generic Medicines

for JLGMH

OC-59 (JLGMH-27) 21 GD

Sixth Edition

July 2020

Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….2

Section I. Invitation to Bid……………………………………………………..5

Section II. Instructions to Bidders………………………………………….....8

1. Scope of Bid ………………………………………………………………………. 8

2. Funding Information………………………………………………………………. 8

3. Bidding Requirements ……………………………………………………………. 8

4. Corrupt, Fraudulent, Collusive, and Coercive Practices 8

5. Eligible Bidders…………………………………………………………………… 9

6. Origin of Goods ………………………………………………………………….. 9

7. Subcontracts ……………………………………………………………………… 9

8. Pre-Bid Conference ………………………………………………………………. 10

9. Clarification and Amendment of Bidding Documents …………………………… 10

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

11. Documents comprising the Bid: Financial Component …………………………... 10

12. Bid Prices …………………………………………………………………………. 11

13. Bid and Payment Currencies ……………………………………………………… 11

14. Bid Security ………………………………………………………………………. 12

15. Sealing and Marking of Bids ……………………………………………………… 12

16. Deadline for Submission of Bids …………………………………………………. 12

17. Opening and Preliminary Examination of Bids ………………………………….. 12

18. Domestic Preference ……………………………………………………………… 13

19. Detailed Evaluation and Comparison of Bids ……………………………………. 13

20. Post-Qualification ………………………………………………………………… 13

21. Signing of the Contract …………………………………………………………… 13

Section III. Bid Data Sheet …………………………………………………..14

Section IV. General Conditions of Contract……………………...………...17

1. Scope of Contract ………………………………………………………………… 17

2. Advance Payment and Terms of Payment ……………………………………….. 17

3. Performance Security ……………………………………………………………. 17

4. Inspection and Tests ……………………………………………………………… 17

5. Warranty …………………………………………………………………………. 18

6. Liability of the Supplier ………………………………………………………….. 18

Section V. Special Conditions of Contract ………………………………….19

Section VI. Schedule of Requirements ……………………………………....24

Section VII. Technical Specifications …………………………………………25

Section VIII. Checklist of Technical and Financial Documents …………..26

Section IX. Bidding Forms…………………………………………………...27

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.”

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 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.

Section I. Invitation to Bid

Republic of the Philippines

City of Olongapo

-0-

BIDS AND AWARDS COMMITTEE

BAC Office 3rd Floor Olongapo City Hall

Web: .ph

Invitation to Bid for

OC-59 (JLGMH-27) 21 GD

Procurement for the Supply and Delivery of Generic Medicines for JLGMH

1. The City Government of Olongapo, through the Local Fund of 2021 intends to apply the sum of Two Million Three Hundred Sixty Eight Thousand Nine Hundred Twenty Three Pesos and 90/100 Only (P/2,368,923.20) being the ABC to payments under the contract for RE-BID Procurement for the Supply and Delivery of Generic Medicines for JLGMH OC-59 (JLGMH-27) 21 GD. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The City Government of Olongapo now invites bids for the above Procurement Project. Delivery of the Goods is required within 30 days after the receipt of Notice to Proceed (NTP). 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).

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

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

4. Prospective Bidders may obtain further information from BAC Secretariat, BAC Office, 3rd Floor, Olongapo City Hall and inspect the Bidding Documents at the address given below during 8:00 am to 5:00 pm Monday to Friday.

5. A complete set of Bidding Documents may be acquired by interested Bidders on March 9-29, 2021 from the given address and website(s) below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Thousand Pesos Only (P/5,000.00.) The Procuring Entity shall allow the bidder to present its proof of payment for the fees presented in person, by facsimile, or through electronic means.

6. The City Government of Olongapo will hold a Pre-Bid Conference[1] on March 17, 2021 @ 2:00 o’ clock in the afternoon at BAC Office, 3rd Floor, Olongapo City Hall, Rizal Avenue, West Bajac-bajac, Olongapo City which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat at the address below on or before March 29, 2021 at 2:00 PM through manual submission at the office address indicated below. Late bids shall not be accepted.

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

9. Bid opening shall be on March 29, 2021 @ 2:00 o’ clock in the afternoon at BAC Office, 3rd Floor, Olongapo City Hall, Rizal Avenue, West Bajac-bajac, Olongapo City. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.

10. The City Government of Olongapo 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 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

MS. EVANGELINE LORENZO

Bids and Awards Committee Secretariat

BAC Office

olongapobac@

3rd Floor, BAC Office

City Hall of Olongapo

Olongapo City

Date of Issue: March 8, 2021

ATTY. RONILA C. ROXAS

BAC Chairman

Section II. Instructions to Bidders

Scope of Bid

The Procuring Entity, City Government of Olongapo wishes to receive Bids for the RE-BID Procurement for the Supply and Delivery of Generic Medicines for JLGMH with identification number OC-59 (JLGMH-27) 21 GD.

Funding Information

1. The GOP through the source of funding as indicated below for CY-2021 in the amount of Two Million Three Hundred Sixty Eight Thousand Nine Hundred Twenty Three Pesos and 90/100 Only (P/2,368,923.20).

2. The source of funding is:

a. LGUs, the Annual or Supplemental Budget, as approved by the Sanggunian.

Bidding Requirements

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

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

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

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.

Eligible Bidders

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

5.2. Foreign ownership limited to those allowed under the rules may participate in this Project.

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

a. For the procurement of 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.

b. For the procurement of Expendable Supplies: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least twenty-five percent (25%) of the ABC.

c. For procurement where the Procuring Entity has determined, after the conduct of market research, that imposition of either (a) or (b) will likely result to failure of bidding or monopoly that will defeat the purpose of public bidding: the Bidder should comply with the following requirements:

i. Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least fifty percent (50%) in the case of non-expendable supplies and services or twenty-five percent (25%) in the case of expendable supplies] of the ABC for this Project; and

ii. The largest of these similar contracts must be equivalent to at least half of the percentage of the ABC as required above.

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

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.

Subcontracts

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:

Subcontracting is not allowed.

Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and at its physical address BAC Office, 3rd Floor, Olongapo City Hall, Rizal Avenue West Bajac-Bajac, Olongapo City.

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.

Documents comprising the Bid: Eligibility and Technical Components

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).

2. The Bidder’s SLCC as indicated in ITB Clause5.3 should have been completed within five (5) years prior to the deadline for the submission and receipt of bids.

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.

Documents comprising the Bid: Financial Component

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

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.

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

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.

Bid Prices

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

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

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable);

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

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

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

Bid and Payment Currencies

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.

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

Philippine Pesos.

Bid Security

1. The Bidder shall submit a Bid Securing Declaration[2] 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.

2. The Bid and bid security shall be valid for one hundred twenty (120) Calendar Days from the date of bid opening. Any Bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

Sealing and Marking of Bids

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

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

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

Deadline for Submission of Bids

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.

Opening and Preliminary Examination of Bids

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.

2. The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.

Domestic Preference

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.

Detailed Evaluation and Comparison of Bids

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.

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.

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.

4. The Project shall be awarded as follows:

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

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.

Post-Qualification

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.

Signing of the Contract

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.

Section III. Bid Data Sheet

|ITB Clause | |

|5.3 |For this purpose, contracts similar to the Project shall be: |

| | |

| |Procurement for the Supply and Delivery of Generic Medicines |

| | |

| |completed within five (5) years |

| | |

| |prior to the deadline for the submission and receipt of bids. |

|9 |Clarification/Communication on any part of the Bidding Documents |

| |Request for clarifications for an interpretation must be submitted at least ten (10) calendar days before the deadline |

| |set for the submission and receipt of bids. The Procuring Entity’s email address is: olongapobac@ |

| |A duly signed written communication or notice of the Procuring Entity or its authorized representative sent through |

| |e-mail to the bidder’s e-mail address, in the file of the Procuring Entity, is considered official communication or |

| |notice of the Procuring Entity to the bidder. |

| |It shall be the bidder’s responsibility to submit in writing its current e-mail address to the BAC Secretariat located |

| |at the above address. |

| |The original copy of the communication or notice shall be picked-up from the BAC Secretariat by a bidder’s authorized |

| |representative or may be sent through mail or other courier services upon request of the bidder at bidder’s expense. |

| | |

| |Consistent with Section 22.5.3 of the revised IRR of RA 9184, posting on the PhilGEPS () |

| |and the procuring entity’s website (.ph) of any supplemental/ bid bulletin shall be considered sufficient |

| |notice to all bidders or parties concerned. |

|12.1.b |The price of the Goods shall be quoted DDP City Government of Olongapo or the applicable International Commercial Terms |

| |(INCOTERMS) for this Project. |

|13 |The Bid prices for Goods offered from outside of the Philippines shall be quoted in Philippine Pesos |

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

| |The amount of not less than Forty Seven Thousand Three Hundred Seventy Eight Pesos and 46/100 Only (P/47,378.46) 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 |

| |The amount of not less than One Hundred Eighteen Thousand Four Hundred Forty Six Pesos and 16/100 Only (P/118,446.16) |

| |five percent (5%) of ABC if bid security is in Surety Bond. |

|15 |Each Bidder shall submit one copy of the first and second components of its Bid. |

| | |

| |Bidders shall enclose their technical component envelope described in ITB Clause 10 in one sealed envelope marked |

| |“TECHNICAL COMPONENT”, and their financial component envelope in another sealed envelope marked “FINANCIAL COMPONENT”, |

| |sealing them all in an outer envelope. |

| |The copies of the Bid shall be typed or written in ink and shall be signed by the Bidder or its duly authorized |

| |representative/s. |

| |The envelopes shall: |

| |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 Entity’s BAC |

| |bear the specific identification of this bidding process and |

| |bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 16 and |

| |Paragraph 7 of IB. |

| |The City Government of Olongapo is requesting for two copies of the first and second components envelope. |

|19.2 |Grouping and Evaluation of Lots – |

| |Partial bids are allowed. All Goods are grouped in lots listed below. Bidders shall have the option of submitting a |

| |proposal on any or all lots and evaluation and contract award will be undertaken on a per lot basis. Lots shall not be |

| |divided further into sub-lots for the purpose of bidding, evaluation, and contract award. |

| |In all cases, the NFCC computation, if applicable, must be sufficient for all the lots or contracts to be awarded to the|

| |Bidder. |

| |[Refer to Schedule of Requirements for the complete list of items] |

|19.4 |The Project shall be awarded as: |

| | |

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

|20 |Bidders shall submit the following documentary requirements within a non-extendible period of five (5) calendar days |

| |from notification from the BAC that the bidder has the Lowest Calculated Bid: |

| | |

| |Latest Income Tax Return and Business Tax Returns duly filed and paid through the BIR Electronic Filing and Payment |

| |System (eFPS) as provided for under Executive Order No.398 and RR 3-2005 together with Filing and Payment References and|

| |BIR 2303 Certificate of Registration |

| |During post-qualification, upon demand by the BAC or its representative(s), a bidder with the lowest calculated bid |

| |shall be able to present: |

| |a. Documents to verify or support its Statement of On-going and/ or Statement identifying its Single Largest Completed |

| |Contract which may consist of the following: appropriate and clear duly signed contracts, purchase orders, agreements, |

| |notices of award, job orders, or notices to proceed, with the corresponding duly signed certificate of completion, |

| |delivery receipts, inspection and acceptance reports, sales invoices, collection receipts, certificates of final |

| |acceptance or official receipts. |

| |b. Original copy of the submitted eligibility, technical and financial documents during bid opening. |

| |c. The bidder with the lowest calculated bid(s) must submit, if applicable/possible or must able to present the samples |

| |for inspection and testing during the post-qualification within five (5) calendar days from receipt by such bidder of |

| |the notice from the BAC. |

| | |

| |Failure to submit/present the required documents/samples within the five (5) calendar days stated herein shall be a |

| |ground for post-disqualification of the bid(s). |

| | |

| |Method of breaking a tie between or among Equal Bids |

| |In accordance with GPPB Circular No.06-2005 dated August 5, 2005, in case of a tie or equal bids having been |

| |post-qualified, Procuring Entity shall use “draw lots” or similar methods of chance to break the tie. |

|21 |Each and every page of the bidding documents shall be signed by the bidder/authorized representative and shall form part|

| |of the contract. |

| |The effective date of the terms of the Contract is the date of the Supplier’s receipt of the Notice to Proceed. |

Section IV. General Conditions of Contract

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).

Advance Payment and Terms of Payment

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

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.

Performance Security

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

Inspection and Tests

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

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

Warranty

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.

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.

Liability of the Supplier

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

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

Section V. Special Conditions of Contract

|GCC Clause | |

|1 | |

| |Delivery and Documents – |

| |For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the |

| |obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by |

| |the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows: |

| |[For Goods supplied from abroad, state:] “The delivery terms applicable to the Contract are DDP delivered City |

| |Government of Olongapo. In accordance with INCOTERMS.” |

| | |

| |[For Goods supplied from within the Philippines, state:] “The delivery terms applicable to this Contract are delivered|

| |City Government of Olongapo. 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 City Government of Olongapo –|

| |Ms. Evangeline Lorenzo. |

| |Incidental Services – |

| |The Supplier is required to provide all of the following services, including additional services, if any, specified in|

| |Section VI. Schedule of Requirements: |

| | |

| |performance or supervision of on-site assembly and/or start-up of the supplied Goods; |

| |furnishing of tools required for assembly and/or maintenance of the supplied Goods; |

| |furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods; |

| |performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the |

| |parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; |

| |and |

| |training of the Procuring Entity’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, |

| |operation, maintenance, and/or repair of the supplied Goods. |

| | |

| |The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall |

| |not exceed the prevailing rates charged to other parties by the Supplier for similar services. |

| | |

| |Spare Parts – |

| |The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare|

| |parts manufactured or distributed by the Supplier: |

| | |

| |such spare parts as the Procuring Entity may elect to purchase from the Supplier, provided that this election shall |

| |not relieve the Supplier of any warranty obligations under this Contract; and |

| |in the event of termination of production of the spare parts: |

| |advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring |

| |Entity to procure needed requirements; and |

| |following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and |

| |specifications of the spare parts, if requested. |

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

| |are included in the contract price. |

| |The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare parts or components for |

| |the Goods for a period of two years. |

| |Spare parts or components shall be supplied as promptly as possible, but in any case, within one month of placing the |

| |order. |

| | |

| |Packaging – |

| | |

| |The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during |

| |transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, |

| |without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during |

| |transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the |

| |remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit. |

| |The packaging, marking, and documentation within and outside the packages shall comply strictly with such special |

| |requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified |

| |below, and in any subsequent instructions ordered by the Procuring Entity. |

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

| |Name of the Procuring Entity |

| |Name of the Supplier |

| |Contract Description |

| |Final Destination |

| |Gross weight |

| |Any special lifting instructions |

| |Any special handling instructions |

| |Any relevant HAZCHEM classifications |

| |A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the |

| |outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but |

| |outside the secondary packaging. |

| |Transportation – |

| |Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP, transport of the Goods to the |

| |port of destination or such other named place of destination in the Philippines, as shall be specified in this |

| |Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract |

| |Price. |

| | |

| | |

| | |

| |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. |

|2.2 |No further instructions. |

|3 |The Supplier shall be responsible for the extension of its performance security, upon demand by the end-user, for the |

| |remaining period or duration of the Project reckoned from the date of the effectivity of the contract, up to |

| |completion and final acceptance of the Project, or for any contract time extension granted by the Procuring Entity. |

|4 |The Procuring Entity reserves the right to inspect and witness any tests that will ensure the quality-integrity of the|

| |GOODS being supplied. The inspections and tests that will be conducted shall comply, but may not be limited with the |

| |requirements detailed in the Technical Specifications. |

|5 |Upon receipt by the Supplier of the Procuring Entity’s notice of any claims arising under this warranty, the Supplier |

| |shall immediately act upon to repair or replace the defective Goods or parts thereof. The period for correction of |

| |defects in the warranty period is within seven (7) calendar days from receipt of such notice. |

| |For defects arising from within the first-half of the warranty period, as applicable, Procuring Entity may opt to |

| |demand for recall and replacement of the defective items. |

| |On the other hand, defects arising from the onset until the expiry of the warranty period, Procuring Entity may ask |

| |for repairs of the defective items. |

| | |

| | |

| | |

|6 |Neither the execution of a test and/or inspection of the goods or any part thereof, nor the attendance by JLGMH or its|

| |representative to the said test and/or inspection shall release the Supplier from any warranties or other obligations |

| |under this Contract |

Section VI. Schedule of Requirements

The delivery schedule to the project site should be within 30 days after receipt of Notice to Proceed.

|LOT |ITEM NO. |QTY |UNIT OF |ITEM DESCRIPTION | UNIT COST | TOTAL COST |

| | | |ISSUE | | | |

| |2 |2 |BXs |Aciclovir Sodium 400mg Tablet 100's |417.00 | |

| | | | | | |834.00 |

| |3 |2 |BXs |Aciclovir Sodium 800mg Tablet 100's |650.00 | |

| | | | | | |1,300.00 |

| |4 |2 |BXs |Allopurinol 100mg Tablet 100's |78.00 | |

| | | | | | |156.00 |

| |5 |2 |BXs |Allopurinol 300mg Tablet 100's |220.00 | |

| | | | | | |440.00 |

| |6 |30 |BTs |Aluminum OH+ Magnessium OH Suspension 120mL |109.00 | |

| | | | | | |3,270.00 |

| |7 |30 |BTs |Aluminum OH+ Magnessium OH Suspension 60mL |89.00 | |

| | | | | | |2,670.00 |

| |8 |2 |BTs |Aluminum OH+ Magnessium OH Chewable Tablet 100's |789.00 | |

| | | | | | |1,578.00 |

| |9 |18 |BXs |Amikacin Sulfate 50mg/mL, 2mL vial 10's |30.00 | |

| | | | | | |540.00 |

| |10 |4 |BXs |Aminophylline 25mg 10mL amp 10's |172.00 | |

| | | | | | |688.00 |

| |11 |6 |BXs |Amiodarone Hydrochloride 200mg Tablet 30's |838.00 | |

| | | | | | |5,028.00 |

| |12 |48 |BXs |AmLodipine Besilate 10mg Tablet 100's |510.30 | |

| | | | | | |24,494.40 |

| |13 |16 |BXs |AmLodipine Besilate 5mg Tablet 100's |392.00 | |

| | | | | | |6,272.00 |

| |14 |10 |BXs |Ampicillin Sodium 1g vial 50's |151.00 | |

| | | | | | |1,510.00 |

| |15 |320 |BXs |Ampicillin Sodium 250 mg vial 10's |115.00 | |

| | | | | | |36,800.00 |

| |16 |40 |BXs |Ampicillin Sodium 500 mg vial 50's |115.00 | |

| | | | | | |4,600.00 |

| |17 |200 |BXs |Anti Tetanus Toxin 1500 iu amp 10's |648.00 | 129,600.00|

| |18 |24 |BXs |Ascorbic Acid 500mg Capsule 100's |68.00 | |

| | | | | | |1,632.00 |

| |19 |2 |BXs |Aspirin 300mg Tablet 100's |376.00 | |

| | | | | | |752.00 |

| |20 |32 |BXs |Aspirin 80mg Enteric Coated Tablet 150's |82.00 | |

| | | | | | |2,624.00 |

| |21 |10 |BXs |Atropine Sulfate 1 mg/mL ampule 10's |103.00 | |

| | | | | | |1,030.00 |

| |22 |40 |BXs |Benzylpenicillin Na 1M IU vial 10's |120.00 | |

| | | | | | |4,800.00 |

| |23 |2 |BXs |Betahistine 16mg Tablet 100's |680.00 | |

| | | | | | |1,360.00 |

| |24 |6 |BXs |Betahistine 24mg Tablet 100's |1,650.00 | |

| | | | | | |9,900.00 |

| |25 |10 |BXs |Bisacodyl 10mg adult suppository 50's |3,698.00 | |

| | | | | | |36,980.00 |

| |26 |2 |BXs |Bisacodyl 5mg pedia suppository 50's |1,847.00 | |

| | | | | | |3,694.00 |

| |27 |2 |BXs |Bisacodyl 5mg Tablet 100's |1,500.00 | |

| | | | | | |3,000.00 |

| |28 |2 |Bxs |Bisoprolol 5mg Tablet 100's |1,473.00 | |

| | | | | | |2,946.00 |

| |29 |30 |BXs |Butamirate Citrate forte Tablets 100's |1,893.00 | |

| | | | | | |56,790.00 |

| |30 |40 |BXs |Calcium Carbonate 500mg Tablet 100's |77.00 | |

| | | | | | |3,080.00 |

| |31 |8 |Bxs |Calcium + Vitamin D Capsule 100's |224.00 | |

| | | | | | |1,792.00 |

| |32 |4 |BXs |Captopril 25 mg Tablet 100's |38.00 | |

| | | | | | |152.00 |

| |33 |2 |BXs |Carbamazepine 200mg Tablet 100's |230.00 | |

| | | | | | |460.00 |

| |34 |48 |BXs |Carvedilol 25mg Film Coated Tablet 30's |357.00 | |

| | | | | | |17,136.00 |

| |35 |80 |BXs |Carvedilol 6.25mg Film Coated Tablet 30's |210.00 | |

| | | | | | |16,800.00 |

| |36 |40 |BTs |Castor Oil 60mL Bottle 1's |89.50 | |

| | | | | | |3,580.00 |

| |37 |4 |BXs |Cefixime Trihydrate 200mg tablet 30's |1,900.00 | |

| | | | | | |7,600.00 |

| |38 |16 |BXs |Cefixime Trihydrate 400mg tablet 10's |1,597.50 | |

| | | | | | |25,560.00 |

| |39 |200 |PCs |Cefotaxime 1G vial 1's |50.00 | |

| | | | | | |10,000.00 |

| |40 |640 |PCs |Ceftazidime 1G vial 1's |128.00 | |

| | | | | | |81,920.00 |

| |41 |10 |PCs |Cefuroxime 250mg/5mL Susp 60mL 1's |108.00 | |

| | | | | | |1,080.00 |

| |42 |480 |BXs |Cefuroxime 500 mg capsule 10's |141.00 | |

| | | | | | |67,680.00 |

| |43 |3000 |PCs |Cefuroxime Na 750mg vials 1's |70.00 | 210,000.00|

| |44 |2 |BTs |Cefixime Trihydrate 20mg/mL, 10mL Suspension 1's |254.00 | |

| | | | | | |508.00 |

| |45 |4 |BXs |Cetirizine 10mg Tablet 100's |63.00 | |

| | | | | | |252.00 |

| |46 |2 |PCs |Cetirizine 2.5mg/mL Oral Drops 1's |156.50 | |

| | | | | | |313.00 |

| |47 |2 |BXs |Chloramphenicol 1g Vial 10's |316.00 | |

| | | | | | |632.00 |

| |48 |120 |BXs |Chlorphenamine Maleate 10mg/mL ampule 10's |79.00 | |

| | | | | | |9,480.00 |

| |49 |16 |BXs |Cilostazol 50mg Tablet 30's |680.40 | |

| | | | | | |10,886.40 |

| |50 |4 |BXs |Cinnarizine 25mg Tablet 100's |145.60 | |

| | | | | | |582.40 |

| |51 |50 |PCs |Ciprofloxacin IV INF 200mg/100mL bottle 1's |449.00 | |

| | | | | | |22,450.00 |

| |52 |10 |BTs |Clarithromycin 125mg/5mL, 50mL suspension 1's |147.00 | |

| | | | | | |1,470.00 |

| |53 |10 |BXs |Clarithromycin 500mg Film Coated Tablet 30's |1,098.50 | |

| | | | | | |10,985.00 |

| |54 |4 |BXs |Clindamycin 150mg Capsule 100's |235.00 | |

| | | | | | |940.00 |

| |55 |16 |BXs |Clindamycin 300mg Capsule 100's |438.00 | |

| | | | | | |7,008.00 |

| |56 |24 |BXs |Clopidogrel Bisulfate 75mg Tablet 100's |388.00 | |

| | | | | | |9,312.00 |

| |57 |30 |BXs |Cloxacillin Sodium powd for Inj. 500mg vial 10's |489.00 | |

| | | | | | |14,670.00 |

| |58 |16 |BTs |Co-Amoxiclav 250mg/62.5mg 5mL SUSP 60 mL 1's |99.00 | |

| | | | | | |1,584.00 |

| |59 |2 |BXs |Co-Trimoxazole 400mg/80mg Capsule 100's |675.00 | |

| | | | | | |1,350.00 |

| |60 |2 |BXs |Co-Trimoxazole 800mg/160mg Capsule 100's |1,200.00 | |

| | | | | | |2,400.00 |

| |61 |2 |BXs |Colchicine 500mcg tablet 100's |144.00 | |

| | | | | | |288.00 |

| |62 |96 |BXs |Dexamethasone 4mg/ mL, 2mL amp 10's |1,070.50 | 102,768.00|

| |63 |2 |BXs |Dexamethasone 4mg Tablet 100's |875.00 | |

| | | | | | |1,750.00 |

| |64 |8 |BXs |Diclofenac 25mg/mL, 3mL ampule 10's |1,840.00 | |

| | | | | | |14,720.00 |

| |65 |4 |BXs |Diclofenac 50mg Capsule 100's |50.00 | |

| | | | | | |200.00 |

| |66 |8 |Bxs |Digoxin 250mcg tablet 100's |380.00 | |

| | | | | | |3,040.00 |

| |67 |2 |Bxs |Diltiazem 30mg tablet 100's |1,998.00 | |

| | | | | | |3,996.00 |

| |68 |2 |BTs |Diphenhydramine 12.5mg/5mL Syrup 60mL 1's |97.00 | |

| | | | | | |194.00 |

| |69 |2 |BXs |Diphenhydramine 25mg Capsule 100's |66.00 | |

| | | | | | |132.00 |

| |70 |2 |BXs |Diphenhydramine 50mg Capsule 100's |74.00 | |

| | | | | | |148.00 |

| |71 |80 |BXs |Diphenhydramine HCl 50mg/mL amp 10's |327.40 | |

| | | | | | |26,192.00 |

| |72 |2 |Bxs |Domperidone 10mg Tablet 100's |2,099.00 | |

| | | | | | |4,198.00 |

| |73 |2 |BXs |Doxofylline 400mg Tablet 100's |1,975.00 | |

| | | | | | |3,950.00 |

| |74 |2 |BXs |Doxofylline 200mg Tablet 100's |1,400.00 | |

| | | | | | |2,800.00 |

| |75 |2 |BXs |Dydrogesterone 10mg Tablet 100's |1,600.00 | |

| | | | | | |3,200.00 |

| |76 |2 |BXs |Enalapril Maleate 5mg Tablet 100's |899.00 | |

| | | | | | |1,798.00 |

| |77 |2 |BXs |Eperisone Hydrochloride 50mg Tablet 100's |1,850.00 | |

| | | | | | |3,700.00 |

| |78 |2 |BXs |Erythromycin 500mg Tablet 100's |340.00 | |

| | | | | | |680.00 |

| |79 |2 |BXs |Ethambutol 400mg Tablet 100's |340.00 | |

| | | | | | |680.00 |

| |80 |64 |BXs |Ferrous Sulfate 325mg Tablet 100's |90.00 | |

| | | | | | |5,760.00 |

| |81 |30 |BXs |Ferrous Fumarate 500mg, Folic Acid |815.00 | |

| | | | |800mcg,Cyanocobalamin 3mcg Cap 100's | |24,450.00 |

| |82 |80 |BXs |Ferrous Sulfate + Folic Acid 300mg/250mg Tablet |68.00 | |

| | | | |100's | |5,440.00 |

| |83 |2 |BXs |Folic Acid 5mg Tablet 60's |173.00 | |

| | | | | | |346.00 |

| |84 |4 |BXs |Furosemide 20mg Tablet 100's |55.00 | |

| | | | | | |220.00 |

| |85 |4 |BXs |Furosemide 40mg Tablet 100's |56.00 | |

| | | | | | |224.00 |

| |86 |2 |BXs |Gabapentin 300mg Capsule 100's |410.00 | |

| | | | | | |820.00 |

| |87 |80 |BXs |Gentamicin 40 mg/mL 2mL ampule 10's |43.00 | |

| | | | | | |3,440.00 |

| |88 |4 |BXs |Gliclazide 80mg MR Tablet 60's |238.00 | |

| | | | | | |952.00 |

| |89 |4 |BXs |Gliclazide 60mg MR Tablet 60's |515.00 | |

| | | | | | |2,060.00 |

| |90 |4 |BXs |Gliclazide 30mg MR Tablet 30's |113.00 | |

| | | | | | |452.00 |

| |91 |40 |BXs |Hydralazine amp 20mg/mL amp 10's |692.50 | |

| | | | | | |27,700.00 |

| |92 |120 |BXs |Hydrocortisone Na Succinate powd for Inj 250mg |621.00 | |

| | | | |vial 10's | |74,520.00 |

| |93 |280 |BXs |Hydrocortisone Na Succinate powd for Inj 100mg |189.00 | |

| | | | |vial 10's | |52,920.00 |

| |94 |2 |BXs |Hydroxyzine 10mg Tablet 100's |1,100.00 | |

| | | | | | |2,200.00 |

| |95 |2 |BXs |Hydroxyzine 25mg Tablet 100's |2,400.00 | |

| | | | | | |4,800.00 |

| |96 |2 |BXs |Hyoscine-N-Butyl Bromide 10mg Tablet 100's |344.00 | |

| | | | | | |688.00 |

| |97 |4 |BTs |Ibuprofen 100mg/5mL suspension 1's |52.00 | |

| | | | | | |208.00 |

| |98 |8 |BXs |Ibuprofen 200mg Tablet 100's |69.30 | |

| | | | | | |554.40 |

| |99 |2 |BXs |Ibuprofen 400mg Tablet 100's |75.60 | |

| | | | | | |151.20 |

| |100 |4 |BTs |Isoniazid 200mg/5mL Syrup 1's |29.00 | |

| | | | | | |116.00 |

| |101 |2 |BXs |Isoniazid 300mg Tablet 100's |72.80 | |

| | | | | | |145.60 |

| |102 |8 |BXs |Isosorbide Mononitrate 30mg Capsule 100's |760.00 | |

| | | | | | |6,080.00 |

| |103 |8 |BXs |Isosorbide Mononitrate 60mg Capsule 100's |882.00 | |

| | | | | | |7,056.00 |

| |104 |16 |BXs |Isoxsuprine HCl 10mg Tablet 40's |1,008.00 | |

| | | | | | |16,128.00 |

| |105 |800 |BTs |Lactulose 3.35g/5mL Syrup 120mL 1's |127.00 | 101,600.00|

| |106 |4 |BXs |Levothyroxine 50mcg tablet 100's |183.00 | |

| | | | | | |732.00 |

| |107 |2 |BXs |Levothyroxine 100mcg Tablet 100's |250.00 | |

| | | | | | |500.00 |

| |108 |960 |PCs |Lidocaine Hydrochloride 2%, 50mL vial 1's |36.00 | |

| | | | | | |34,560.00 |

| |109 |2 |BXs |Loratidine 10mg Tablet 100's |145.00 | |

| | | | | | |290.00 |

| |110 |16 |BXs |Losartan Potassium 50mg Tablet 100's |132.00 | |

| | | | | | |2,112.00 |

| |111 |16 |BXs |Losartan Potassium 100mg Tablet 100's |250.00 | |

| | | | | | |4,000.00 |

| |112 |4 |BXs |Losartan + Hydrochlorothiazide 50mg/12.5mg Tablet |234.00 | |

| | | | |100's | |936.00 |

| |113 |4 |BTs |Mebendazole 100mg/5mL , 60mL Suspension 1's |24.00 | |

| | | | | | |96.00 |

| |114 |2 |BXs |Mebendazole 500mg Tablet 100's |1,400.00 | |

| | | | | | |2,800.00 |

| |115 |80 |PCs |Mecobalamine 500mcg /mL Ampule 1's |71.90 | |

| | | | | | |5,752.00 |

| |116 |2 |Bxs |Mecobalamine 500mcg Tablet 100's |2,100.00 | |

| | | | | | |4,200.00 |

| |117 |200 |BXs |Mefenamic 500mg Capsule 100's |82.00 | |

| | | | | | |16,400.00 |

| |118 |8 |BXs |Metformin HCl XR 500mg tablet 100's |51.00 | |

| | | | | | |408.00 |

| |119 |2 |BXs |Methimazole 20mg Tablet 100's |2,990.00 | |

| | | | | | |5,980.00 |

| |120 |2 |BXs |Methimazole 5mg Tablet 100's |675.00 | |

| | | | | | |1,350.00 |

| |121 |8 |BXs |Methyldopa 250mg Tablet 100's |570.00 | |

| | | | | | |4,560.00 |

| |122 |160 |BXs |Metoclopramide 10mg/2mL ampule 10's |178.10 | |

| | | | | | |28,496.00 |

| |123 |2 |BXs |Metoclopramide 10mg tablet 100's |95.00 | |

| | | | | | |190.00 |

| |124 |24 |BXs |Metoprolol 50mg Tablet 100's |59.00 | |

| | | | | | |1,416.00 |

| |125 |24 |BTs |Metronidazole 125mg/5mL Oral Susp 1's |17.00 | |

| | | | | | |408.00 |

| |126 |20 |BXs |Metronidazole 500mg tablet 100's |109.00 | |

| | | | | | |2,180.00 |

| |127 |2 |BXs |Montelukast Na 10mg FC Tablet 100's |1,900.00 | |

| | | | | | |3,800.00 |

| |128 |2 |BXs |Montelukast Na 4mg FC Tablet 100's |1,300.00 | |

| | | | | | |2,600.00 |

| |129 |2 |BXs |Montelukast Na 5mg FC Tablet 100's |1,600.00 | |

| | | | | | |3,200.00 |

| |130 |16 |BXs |Multivitamins Adult Capsule 100's |76.00 | |

| | | | | | |1,216.00 |

| |131 |8 |PCs |Multivitamins Infant drops 1's |21.00 | |

| | | | | | |168.00 |

| |132 |320 |PCs |Mupirocin 2% oint 5g tube 1's |77.00 | |

| | | | | | |24,640.00 |

| |133 |2 |Bxs |Naproxen Sodium 550mg Tablet 100's |660.00 | |

| | | | | | |1,320.00 |

| |134 |24 |BXs |Nifedipine 10mg Softgel Capsule 100's |225.00 | |

| | | | | | |5,400.00 |

| |135 |2 |BXs |Nifedipine 5mg Capsule 100's |191.00 | |

| | | | | | |382.00 |

| |136 |8 |BXs |Nimodipine 30mg Tablet 100's |4,375.00 | |

| | | | | | |35,000.00 |

| |137 |10 |PCs |Nitroglycerin inj. 10mg/ml amp 1's |750.00 | |

| | | | | | |7,500.00 |

| |138 |2 |BXs |Nitrofurantoin 100mg Capsule 100's |2,900.00 | |

| | | | | | |5,800.00 |

| |139 |16 |PCs |Nystatin 100,000unitsmL Suspension 30mL |470.00 | |

| | | | | | |7,520.00 |

| |140 |40 |BXs |Omeprazole 20mg Capsule 100's |86.00 | |

| | | | | | |3,440.00 |

| |141 |32 |BXs |Omeprazole 40mg Capsule 100's |432.00 | |

| | | | | | |13,824.00 |

| |142 |40 |BXs |Oxacillin Sodium powd for Inj. 500mg vial 10's |560.00 | |

| | | | | | |22,400.00 |

| |143 |60 |BTs |Paracetamol 125mg/5mL Suspension 1's |14.00 | |

| | | | | | |840.00 |

| |144 |60 |BTs |Paracetamol 250mg/5mL Suspension 1's |15.00 | |

| | | | | | |900.00 |

| |145 |4 |BXs |Paracetamol 125mg suppository 24's |480.00 | |

| | | | | | |1,920.00 |

| |146 |4 |BXs |Paracetamol 250mg suppository 24's |672.00 | |

| | | | | | |2,688.00 |

| |147 |8 |PCs |Paracetamol Infant Drops 1's |15.00 | |

| | | | | | |120.00 |

| |148 |1680 |BXs |Paracetamol 300mg/2mL amp 10's |39.00 | |

| | | | | | |65,520.00 |

| |149 |80 |BXs |Paracetamol 500mg Tablet 100's |37.00 | |

| | | | | | |2,960.00 |

| |150 |2 |BTs |Phenytoin Sodium 100mg Capsule 100's |1,610.00 | |

| | | | | | |3,220.00 |

| |151 |80 |BXs |Phytomenadione 10mg/mL ampule 10's |290.00 | |

| | | | | | |23,200.00 |

| |152 |24 |BXs |Potassium Citrate 1.008g Tablet 100's |1,100.00 | |

| | | | | | |26,400.00 |

| |153 |2 |BXs |Prednisone 10mg Tablet 100's |80.00 | |

| | | | | | |160.00 |

| |154 |2 |BXs |Prednisone 20mg Tablet 100's |775.00 | |

| | | | | | |1,550.00 |

| |155 |2 |BXs |Prednisone 5mg Tablet 100's |240.00 | |

| | | | | | |480.00 |

| |156 |4 |BXs |Propranolol HCl 40mg Tablet 100's |115.00 | |

| | | | | | |460.00 |

| |157 |4 |BXs |Propranolol HCl 10mg Tablet 100's |110.00 | |

| | | | | | |440.00 |

| |158 |8 |BXs |Rabeprazole 20mg Capsule 100's |750.00 | |

| | | | | | |6,000.00 |

| |159 |6 |BXs |Rosuvastatin Ca 10mg FC Tablet 30's |660.00 | |

| | | | | | |3,960.00 |

| |160 |6 |BXs |Rosuvastatin Ca 20mg FC Tablet 30's |832.00 | |

| | | | | | |4,992.00 |

| |161 |80 |PCs |Salmeterol + Fluticasone 25mg/250mcg Inhaler 1's |315.00 | |

| | | | | | |25,200.00 |

| |162 |100 |PCs |Silver Sulfadiazine 1% Oint 25g tube 1's |68.00 | |

| | | | | | |6,800.00 |

| |163 |2 |BXs |Simvastatin 20mg Tablet 100's |125.65 | |

| | | | | | |251.30 |

| |164 |2 |BXs |Simvastatin 40mg Tablet 100's |378.10 | |

| | | | | | |756.20 |

| |165 |20 |BXs |Sodium Chloride 2.5 meq/mL 20 mL vial 10's |329.00 | |

| | | | | | |6,580.00 |

| |166 |24 |BXs |Spironolactone 25mg Film Coated Tablet 100's |1,500.00 | |

| | | | | | |36,000.00 |

| |167 |4 |BXs |Spironolactone 50mg Film Coated Tablet 100's |2,401.00 | |

| | | | | | |9,604.00 |

| |168 |4 |BXs |Standard Senna Concentrate Forte Tablet 100's |1,950.00 | |

| | | | | | |7,800.00 |

| |169 |6 |PCs |Streptokinase 1.5 M iu iv 1's |8,000.00 | |

| | | | | | |48,000.00 |

| |170 |10 |BXs |Streptomycin Sulfate 1G vial 10's |130.00 | |

| | | | | | |1,300.00 |

| |171 |4 |BXs |Tamsulosin 200mcg Tablet 100's |790.00 | |

| | | | | | |3,160.00 |

| |172 |16 |BXs |Telmisartan 80mg Tablet 30's |1,155.00 | |

| | | | | | |18,480.00 |

| |173 |8 |BXs |Telmisartan 40mg Tablet 100's |2,250.00 | |

| | | | | | |18,000.00 |

| |174 |120 |BXs |Tetanus Toxoid Adsorbed 40iu/1mL amp 10's |560.00 | |

| | | | | | |67,200.00 |

| |175 |360 |BXs |Tramadol 100mg/2mL, 2mL Ampule 10's |165.00 | |

| | | | | | |59,400.00 |

| |176 |560 |BXs |Tramadol 50mg/mL, 1mL Ampule 10's |100.80 | |

| | | | | | |56,448.00 |

| |177 |40 |BXs |Tramadol HCl 50mg Capsule 100's |252.00 | |

| | | | | | |10,080.00 |

| |178 |8 |BXs |Tranexamic 500mg capsule 100's |165.00 | |

| | | | | | |1,320.00 |

| |179 |420 |BXs |Tranexamic Acid 100mg/mL, 5mL Ampule 10's |338.80 | 142,296.00|

| |180 |64 |BXs |Trimetazidine 35mg MR Tablet 30's |430.00 | |

| | | | | | |27,520.00 |

| |181 |16 |BXs |Vitamin B (B1 300mg, B6 100mg, B12 100mcg) Cap |97.00 | |

| | | | |100's | |1,552.00 |

| |182 |24 |BXs |Vitamin B1B6B12 10ml vial 10's |114.00 | |

| | | | | | |2,736.00 |

| |183 |2 |BXs |Warfarin Sodium 2.5mg Tablet 100's |2,242.00 | |

| | | | | | |4,484.00 |

| |184 |2 |BXs |Warfarin Sodium 5mg Tablet 100's |3,052.00 | |

| | | | | | |6,104.00 |

| |185 |2 |BXs |Warfarin Sodium 1mg Tablet 100's |1,765.00 | |

| | | | | | |3,530.00 |

| |186 |40 |BTs |Zinc Sulfate 55mg/5mL Syrup 1's |22.00 | |

| | | | | | |880.00 |

| |187 |40 |BTs |Zinc Sulfate 27.5mg Drops 1's |25.00 | |

| | | | | | |1,000.00 |

|  |TOTAL |PHP |2,368,923.90 |

Section VII. Technical Specifications

|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 |

| | |Bidder's statement of compliance or the supporting evidence that|

| | |is found to be false either during Bid evaluation, |

| | |post-qualification or the execution of the Contract may be |

| | |regarded as fraudulent and render the Bidder or supplier liable |

| | |for prosecution subject to the applicable laws and issuances.] |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

Section VIII. Checklist of Technical and Financial Documents

|TECHNICAL COMPONENT ENVELOPE |

|Class “A” Documents |

|Legal Documents |

|⬜ |Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages); |

| |or |

|⬜ |Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole |

| |proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document, |

| |and |

|⬜ |Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective |

| |bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; |

| |and |

|⬜ |Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). |

|Technical Documents |

|⬜ |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 |

|⬜ |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 |

|⬜ |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 |

|⬜ |Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, |

| |and/or after-sales/parts, if applicable; and |

|⬜ |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 |

|⬜ |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 |

|⬜ |The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC); |

| |or |

| |A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation. |

|Class “B” Documents |

|⬜ |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. |

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

|⬜ |[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. |

|⬜ |Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. |

|FINANCIAL COMPONENT ENVELOPE |

|⬜ |Original of duly signed and accomplished Financial Bid Form; and |

|⬜ |Original of duly signed and accomplished Price Schedule(s). |

Section IX. Bidding Forms

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.

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: ___________________

Price Schedule for Goods Offered from Abroad

[shall be submitted with the Bid if bidder is offering goods from Abroad]

______________________________________________________________________________

For Goods Offered from Abroad

Name of Bidder _________________________ Project ID No._________ Page ___ of ___

|1 |2 |

Acknowledgment

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

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;

[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]

Performance Securing Declaration (Revised)

[if used as an alternative performance security but it is not required to be submitted with the

Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________ ) S.S.

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful performance by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of one (1) year for the first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions:

i. Procuring Entity has no claims filed against the contract awardee;

ii. It has no claims for labor and materials filed against the contractor; and

iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as required by the end-user.

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]

-----------------------

[1] May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a Pre-Bid Conference.

[2] In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of Notice to Execute Framework Agreement.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download