INVITATION - Civil Service Commission Region VIII



-69215250092Regional Office VIIIRegional Office VIIIRepublic of the PhilippinesCIVIL SERVICE COMMISSIONRegional Office No. VIIIGovernment Center, Palo, LeyteNEGOTIATED PROCUREMENTVENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII PALO, LEYTECSCROVIII-PB-2018-0001TABLE OF CONTENTSTitlePageINVITATION TO BID………………………………….……….…..………....3Annex A. SCHEDULE OF REQUIREMENTS…………….….………….5Annex B. TECHNICAL SPECIFICATIONS………….….…...…………..7Annex B.1. TECHNICAL PROPOSAL……………………………………11Annex C. FINANCIAL PROPOSAL………………………………………..14BIDDING FORMS…………………………………………………...………...1557150-15303500Republic of the PhilippinesCIVIL SERVICE COMMISSIONREGIONAL OFFICE NO. VIIIGovernment Center, Candahug, Palo, LeyteINVITATION FOR NEGOTIATED PROCUREMENT“VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018”In view of the two (2) failed biddings, the CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII (CSCRO8) Bids and Awards Committee (BAC), invites interested bidders to participate in the negotiation for the VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 with an approved budget of EIGHT HUNDRED NINETY THREE THOUSAND FIVE HUNDRED PESOS (P893,500.00) in accordance with Section 53.1 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184, otherwise known as the “Government Procurement Reform Act. For more details on this project, please refer to attached Schedule of Requirements (Annex A) and Technical Specifications (Annex B).The following eligibility and technical documents as well as the Financial Proposal Form (Annex C) shall be submitted on or before February 21, 2018, 10:00 A.M. at the CSCRO8 Board Room, 2nd Floor, Civil Service Commission, Regional Office No. VIII, Government Center, Candahug, Palo, Leyte:PhilGEPS Certificate of Registration and Membership Platinum Membership Category – valid and updated; Registration Certificate from SEC/DTI/CDA, or any proof of such registration as stated in the BDS;Valid and Current Mayor’s/Business Permit issued by the city or municipality where the principal place of business of the prospective bidder is located; Valid Tax Clearance per Executive Order No. 398, series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR);Statement of all its ongoing and completed government and private Contracts, including Contracts Awarded but not yet started within three (3) years prior to opening of bids, if any, whether similar or not similar in nature and complexity to the contract to be bid;Latest Audited financial statements, showing, among others, the prospective total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the immediately preceding calendar year which not be earlier than two (2) years from the date of bid submission; Bid Security in any of the following forms: Cash or cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank (2% of the ABC); Surety bond (5% of the ABC) callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; or Bid Securing Declaration; Compliance with the Schedule of Requirements and Technical Specifications; Omnibus sworn statement in accordance with Section 25.3 of the Revised IRR of RA 9184 and using the form prescribed in Section IX. Bidding Forms; and Authority of Signatory. 3. The following are the schedule of the procurement activities:??Procurement ActivityDate/TimeSubmission and Opening of 1st OfferFebruary 21, 2018/10:00 A.M.Negotiation with BiddersFebruary 22, 2018/10:00 A.M.Submission and Opening of Best and Final Offer February 23, 2018/10:00 A.M.Interested bidders may obtain further information from CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII, PALO, LEYTE at the address given below from 8:00 A.M. to 5:00 P.M. during office day(s).The CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII, PALO, LEYTE reserves the right to accept or reject any and all bids, to annul the bidding process, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.For further information, please refer to:MS. CERISE D. VERZOSA Chief Human Resource Specialist CIVIL SERVICE COMMISSION REGIONAL OFFICE NO. VIII, PALO, LEYTE (053) 3232962 ROWIN P. RI?OS Director III/BAC Chairperson Annex AThe bidder shall provide ten (10) sets of menu which are nutritious, tasty, safe and clean. The menus shall be submitted together with the bid form.The maximum price per menu set is P650.00/head per day for six (6) trainings and P1,000.00/head per day for two (2) trainings. Each menu set must contain two (2) snacks and one (1) lunch for eight (8) trainings; and one (1) dinner for one (1) training (Supervisory Development Course (SDC) Tracks 2 & 3. Flowing brewed decaf coffee at least 50 oz. can/creamer/sugar and mineral water shall be available for the entire duration of the training. Any excess Brewed Decaf Coffee must be immediately turned over to the Management Services Division to be utilized for Office and client use.Lunch shall include the following:Two (2) kinds of meat or two (2) kinds of fish/seafoods or one (1) kind of meat and one (1) kind of fish/seafood;Vegetable;Soup;Rice;Desserts/fruits; andDrinks – juice/softdrinks (in can/bottle).Each snack shall include the following:Traditional Filipino delicacy or Noodles/Pasta dish or Cake/Pastry/Sandwich; and Juice or softdrinks (in can/bottle).From among the ten (10) submitted menu sets, the Procuring Entity shall choose the menu sets to be served for each day of every scheduled training. The Catering Service Provider shall be informed of the choice of menu sets at least two (2) calendar days before the start of each training thru a written notice from the Procuring Entity signed by the Coordinator and the ATFS Service Chief or her authorized representative.The food shall be delivered on the dates specified hereunder following the delivery time specified in GCC Clause 6.2 of the Special Conditions of Contract and to the project site stated under GCC Clause 1.1 (k) of the aforementioned document. Item NumberDescriptionQuantityTotalDelivered, Weeks/Months1Public Service Ethics & Accountability3570March 5-6, 20182Visayas HR Congress200400March 15-16, 20183Seminar-Workshop on Coaching and Mentoring3570March 22-23, 20184Seminar on the 2017 ORA OHRA3570April 12-13, 20185Seminar on the 2017 RACCS3570April 26-27, 20186Supervisory Development Course Track 1 35140May 22-25, 20187Public Service Ethics and Accountability3570June 7-8, 20188Supervisory Development Course Tracks 2 & 3 with Social Graces35175June 18-22, 2018Additional food service or freebies indicated in the menu maybe included in the evaluation of the bid.Annex BTECHNICAL SPECIFICATIONS ItemSpecificationStatement of ComplianceBidders 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 REF _Ref59945140 \r \h \* MERGEFORMAT Error! Reference source not found. and/or GCC Clause REF _Ref103576504 \r \h \* MERGEFORMAT Error! Reference source not found..I.The Catering Service Provider shall comply with the government regulations as provided in Presidential Decree No. 856 otherwise known as “The Code on Sanitation of the Philippines”.A. Sanitary Permit (Sec. 14, Chapter III) B. Health Certificate of Food Handlers (Sec. 15, Chapter III)C. Quality and Protection of Food (Sec. 16, Chapter III)II. The Catering Service Provider agrees:A. To provide food and services through “managed buffet” for the participants as provided in and in accordance with the set menu in Section VI. Schedule of Requirements, unless otherwise provided in succeeding paragraphs B, C, D and E. B. B. to provide food and services for the number of participants on the basis of the information given by the Procuring Entity thru a notice signed by the Coordinator and Service Chief, ATFS or her authorized representative, at least two (2) days prior to the training schedule. C. during the training, to increase/ decrease the number of meals/ snacks to be served for the remaining days of a specific training schedule, to take effect on the second day, provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training.D. during the training, to adjust on any specific food/diet restrictions (religion or health reasons) of participants’ meals to be served for the remaining days of a specific training schedule, to take effect on the second day provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training.E. to substitute the menu for a specific training schedule due to justifiable reasons (unavailability in the market, red tide, supply and demand forces, tropical depression, advisory of nonslaughter, etc.) provided that notice is given to the Procuring Entity at least one (1) day prior to the schedule. Provided further that the change in the menu will not change the unit cost. F. to reschedule/cancel the seminar due to fortuitous event/instances beyond the control of Civil Service Commission, Regional Office No. VIII, Candahug, Palo, Leyte.G. to reschedule or cancel the seminar when the number of participants is less than 25.H. to provide the necessary clean and/or sterile dining utensils during the training as enumerated in but not limited to the following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass rack; 11) Ice bucket; 12) Food warmers; 13) Toothpicks; and 14) Condiments.I. to provide clean table cloth, seat covers and table napkins in the designated dining area.J. to assign at least two (2) waiters/ waitresses in clean working garments per class/seminar.K. to maintain a high standard of sanitation and cleanliness of the dining area and its immediate surroundings at all times adopting the policy of “Clean as you go”.Additional RequirementsItemSpecificationStatement of ComplianceVENUE:A. to provide clean airconditioned venue which can accommodate at least the number of participants indicated per training with tables and chairs.B. to provide clean and accessible comfort rooms with continuous water supply, at least one (1) for female and one (1) for male.C. to provide janitors to maintain the cleanliness of all comfort rooms.D. to provide standby generator, in case of power outage.E. the Service Provider shall not charge corkage fee for any food and drink brought by the CSCROVIII inside the venue.F. to provide at least five (5) wireless microphones and audible and operational sound system.G. to provide at least one (1) technical person to assist and operate the sound system.H. the venue should have an accessible emergency exit with standby fire extinguishers. To provide a Security Guard or watchman.CATERING SERVICESThe CSCRO VIII shall inform the Concessionaire of the total number of actual participants at least three (3) days before the conduct of the training.The Service Provider shall assure the quality of food to be served maintaining high standards of sanitation. In the event that that the food served has indication of spoilage, the caterer shall be allowed to make substitution upon the approval of the course administrator.The Service Provider shall submit or provide menu including healthy foods such as rice, beef, chicken, pork, seafoods, vegetables, dessert/fruits, fruit juiceThe Service Provider shall provide free flowing coffee, creamer, sugar, hot and cold water during the course to be ready at 7:00amThe caterer shall schedule food tasting at least a week before the conduct of the event.The caterer shall serve consumables of 1 lunch and 2 snacks per day which shall be ready for inspection by 11:30AM, snacks by 9:30AM and 2:30PM, respectively.The Service Provider shall provide at least one (1) buffet table for trainings with less than or equal to fifty (50) participants and at least six (6) buffet tables inside the function hall for training with two hundred (200) or more participants.The Service Provider shall not require advance payment and deposit to guarantee reservation.The Concessionaire shall assign at least twenty (20) waiters/waitresses in clean working garments in trainings with 200 or more participants and at least 2-4 waiters/waitresses for trainings with less than or equal to fifty (50) participants.Annex B.1DIRECTOR ROWIN P. RI?OSChairman, Bids and Awards CommitteeCIVIL SERVICE COMMISSIONREGIONAL OFFICE NO. VIIIGovernment Center, Candahug, Palo, LeyteSir:Herewith is our TECHNICAL PROPOSAL for the “VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018”:(INSTRUCTION TO BIDDER: Check the “Comply” box if bidder complies with the specifications. A Technical Proposal containing unchecked “Comply” boxes would be automatically rated as “FAILED.”)ITEMCSCRO VIII SPECIFICATIONSBIDDER’S SPECIFICATIONS1The Catering Service Provider shall comply with the government regulations as provided in Presidential Decree No. 856 otherwise known as “The Code on Sanitation of the Philippines”. Comply2Sanitary Permit (Sec. 14, Chapter III) Comply3Health Certificate of Food Handlers (Sec. 15, Chapter III) Comply4Quality and Protection of Food (Sec. 16, Chapter III) ComplyThe Catering Service Provider agrees: Comply5To provide food and services through “managed buffet” for the participants as provided in and in accordance with the set menu in Section VI. Schedule of Requirements, unless otherwise provided in succeeding paragraphs B, C, D and E. B. Comply6To provide food and services for the number of participants on the basis of the information given by the Procuring Entity thru a notice signed by the Coordinator and Service Chief, ATFS or her authorized representative, at least two (2) days prior to the training schedule. Comply7During the training, to increase/ decrease the number of meals/ snacks to be served for the remaining days of a specific training schedule, to take effect on the second day, provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training. Comply8During the training, to adjust on any specific food/diet restrictions (religion or health reasons) of participants’ meals to be served for the remaining days of a specific training schedule, to take effect on the second day provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training. Comply9To substitute the menu for a specific training schedule due to justifiable reasons (unavailability in the market, red tide, supply and demand forces, tropical depression, advisory of nonslaughter, etc.) provided that notice is given to the Procuring Entity at least one (1) day prior to the schedule. Provided further that the change in the menu will not change the unit cost. Comply10To reschedule/cancel the seminar due to fortuitous event/instances beyond the control of Civil Service Commission, Regional Office No. VIII, Candahug, Palo, Leyte. Comply11To reschedule or cancel the seminar when the number of participants is less than 25. Comply12To provide the necessary clean and/or sterile dining utensils during the training as enumerated in but not limited to the following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass rack; 11) Ice bucket; 12) Food warmers; 13) Toothpicks; and 14) Condiments. Comply13To provide clean table cloth, seat covers and table napkins in the designated dining area. Comply14To assign at least two (2) waiters/ waitresses in clean working garments per class/seminar. Comply15To maintain a high standard of sanitation and cleanliness of the dining area and its immediate surroundings at all times adopting the policy of “Clean as you go”. ComplyAdditional Requirements VENUE:16To provide clean airconditioned venue which can accommodate at least the number of participants indicated per training with tables and chairs. Comply17To provide clean and accessible comfort rooms with continuous water supply, at least one (1) for female and one (1) for male. Comply18To provide janitors to maintain the cleanliness of all comfort rooms. Comply19To provide standby generator, in case of power outage. Comply20The Service Provider shall not charge corkage fee for any food and drink brought by the CSCROVIII inside the venue. Comply21To provide at least five (5) wireless microphones and audible and operational sound system. Comply22To provide at least one (1) technical person to assist and operate the sound system. Comply23The venue should have an accessible emergency exit with standby fire extinguishers. Comply24 To provide a Security Guard or watchman. ComplyCATERING SERVICES25The CSCRO VIII shall inform the Concessionaire of the total number of actual participants at least three (3) days before the conduct of the training. Comply26The Service Provider shall assure the quality of food to be served maintaining high standards of sanitation. In the event that that the food served has indication of spoilage, the caterer shall be allowed to make substitution upon the approval of the course administrator. Comply27The Service Provider shall submit or provide menu including healthy foods such as rice, beef, chicken, pork, seafoods, vegetables, dessert/fruits, fruit juice Comply28The Service Provider shall provide free flowing coffee, creamer, sugar, hot and cold water during the course to be ready at 7:00am Comply29The caterer shall schedule food tasting at least a week before the conduct of the event. Comply30The caterer shall serve consumables of 1 lunch and 2 snacks per day which shall be ready for inspection by 11:30AM, snacks by 9:30AM and 2:30PM, respectively. Comply31The Service Provider shall provide at least one (1) buffet table for trainings with less than or equal to fifty (50) participants and at least six (6) buffet tables inside the function hall for training with two hundred (200) or more participants. Comply32The Service Provider shall not require advance payment and deposit to guarantee reservation. Comply33The Concessionaire shall assign at least twenty (20) waiters/waitresses in clean working garments in trainings with 200 or more participants and at least 2-4 waiters/waitresses for trainings with less than or equal to fifty (50) participants. ComplyVery truly yours, Signature Over Printed Name Position Company Telephone Number/s DateAnnex C Date : ____________DIR. VICTORIA F. ESBERDirector IVCivil Service Commission Regional Office No. VIIIGovernment Center, Candahug, Palo, LeyteAttention: HON. ROWIN P. RI?OS Chairman Bids and Awards CommitteeDear Madame:We, the undersigned, offer to bid for “VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018” for the sum of ____________________________________________ (___________) [total Bid amount in words and figures], with schedule of prices as shown below:Item NumberQuantityDescriptionDelivered, Weeks/MonthsUnit PriceTOTAL PRICE(Should include12% VAT)170Public Service Ethics & AccountabilityMarch 5-6, 20182400Visayas HR CongressMarch 15-16, 2018370Seminar-Workshop on Coaching and MentoringMarch 22-23, 2018470Seminar on the 2017 ORA OHRAApril 12-13, 2018570Seminar on the 2017 RACCSApril 26-27, 20186140Supervisory Development Course Track 1 May 22-25, 2018770Public Service Ethics and AccountabilityJune 7-8, 20188175Supervisory Development Course Tracks 2 & 3 with Social GracesJune 18-22, 2018Dated this ________________ day of ________________ 20______. [signature over printed name] [position]Duly authorized to sign Bid for and on behalf of (State name of Company, address and tel. no.) Civil Service CommissionRegional Office No. VIIIGovernment Center, Candahug, Palo, Leyte Bids and Awards CommitteeSAMPLE FORMSSAMPLE FORMPageOmnibus Sworn Statement16Authority of Signatory – Special Power of Attorney18Authority of Signatory – Secretary’s Certificate20List Of All Ongoing Government and Private Contracts Including Contracts Awarded But Not Yet Started22Statement of All Government & Private Contracts Completed which are Similar in Nature23Omnibus Sworn StatementREPUBLIC OF THE PHILIPPINES )CITY/MINICIPALITY OF __________)S.S.AFFIDAVITI, [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: Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for the Negotiated Procurement of VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 for the CIVIL SERVICE COMMISSION, REGIONAL OFFICE NO. VIII, Government Center, Candahug, Palo, Leyte; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)]; [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; 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; [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; Select one, delete the rest: If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [Name of Bidder] complies with existing labor laws and standards; and [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: Carefully examine all of the Bidding Documents; Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; Made an estimate of the facilities available and needed for the contract to be bid, if any; and Inquire or secure Supplemental/Bid Bulletin(s) issued for the Negotiated Procurement of VENUE AND CATERING SERVICES FOR EIGHT (8) TRAININGS FROM FEBRUARY TO JUNE 2018 for the CIVIL SERVICE COMMISSION, REGIONAL OFFICE NO. VIII, Government Center, Candahug, Palo, Leyte. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 2016 at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory [JURAT]Civil Service Commission Regional Office No. VIII Standard Form No.: SF-GOOD-35AUTHORITY OF SIGNATORYSPECIAL POWER OF ATTORNEYI, , President of , a corporation incorporated under the laws of , with its registered office at , by virtue of Board Resolution No. dated , has made, constituted and appointed true and lawful attorney, for it and its name, place and stead, to do, execute and perform any and all acts necessary and/or represent ________________________________________ in the bidding of __________________ as fully and effectively as corporation might do if personally present with full power of substitution and revocation and hereby confirming all that said representative shall lawfully do or cause to be done by virtue hereof.IN WITNESS WHEREOF, I have hereunto set my hand this ____ day of , 2016 at . Affiant Signed in the Presence of:ACKNOWLEDGMENTREPUBLIC OF THE PHILIPPINES )TACLOBAN CITY ) SS.BEFORE ME, a Notary Public for and in Tacloban City, Philippines, this ______ day of 2016, personally appeared: NAME CTC NO. ISSUED AT/ON known to me and known to be the same person who executed the foregoing instrument consisting of ( ) pages, including the page whereon the acknowledgments is written and acknowledged before me that the same is his free and voluntary act and deed and that of the Corporation he represents.WITNESS MY HAND AND NOTARIAL SEAL, at the place and on the date first above written.Notary PublicUntil 31 December 20_____PTR No. _______________Issued at: _______________TIN No._________________Doc. No. ______Page No. ______Book No. ______Series of ______Civil Service Commission Regional Office No. VIIIStandard Form No.: SF-GOOD-36AUTHORITY OF SIGNATORYSECRETARY’S CERTIFICATEI, , a duly elected and qualified Corporate Secretary of ____________, a corporation duly organized and existing under and by virtue of the law of the __________________________________ DO HEREBY CERTIFY, that:I am familiar with the facts herein certified and duly authorized to certify the same;At the regular meeting of the Board of Directors of the said Corporation duly convened and held on ________________________ at which meeting a quorum was present and acting throughout, the following resolutions were approved, and the same have not been annulled, revoked and amended in any way whatever and are in full force and effect on the date hereof:RESOLVED, that ___________________________ be, as it hereby is, authorized to participate in the bidding of ____________________________________ by the Office of the Ombudsman; and that if awarded the project shall enter into contract with the Office of the Ombudsman; and in connection therewith hereby appoint _______________________________ acting as duly authorized and designated representatives of ___________________________, are granted full power and authority to do, execute and perform any and all acts necessary and/or to represent _________________________________________ in the bidding as fully effectively as the ________________________________________might do if personally present with full power of substitution and revocation and hereby satisfying and confirming all that my said representative shall lawfully do or cause to be done by virtue hereof;RESOLVED FURTHER THAT, the _____________________ hereby authorizes its President to:execute a waiver of jurisdiction whereby the ______________________ hereby submits itself to the jurisdiction of the Philippine government and hereby waives its right to question the jurisdiction of the Philippine courts;execute a waiver that the ______________________________________ shall not seek and obtain writ of injunctions or prohibition or restraining order against the Office of the Ombudsman or any other agency in connection with this project to prevent and restrain the bidding procedures related thereto, the negotiating of and award of a contract to a successful bidder, and the carrying out of the awarded contract. WITNESS the signature of the undersigned as such officer of the said ______________________________________ this ________________________. _____________________________ (Corporate Secretary)ACKNOWLEDGMENTSUBSCRIBED AND SWORN to before me this ____day of ______________, 2016 affiant exhibited to me his/her __________________________________________ issued on at _____________________________________, Philippines.Notary PublicDoc. No. ______Page No. ______Book No. ______Series of ______Civil Service Commission Regional Office No. VIIIStandard Form No.: SF-GOOD-13aLIST OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTEDBusiness Name:______________________________________________________________Business Address:______________________________________________________________Name of Contract/Project Costa. Owner’s Nameb. Addressc. Telephone Nos.Nature of WorkBidder’s Rolea. Date Awardedb. Date Startedc. Date of Completion% of AccomplishmentValue of Outstanding Works/Undelivered PortionDescription%PlannedActualGovernment PrivateTotal CostNote: This statement shall be supported with:1 Notice of Award and/or Contract2 Notice to Proceed issued by the owner3 Certificate of Accomplishments signed by the owner or authorized representativeSubmitted by:_____________________________________________________ (Print Name and Signature)Designation:_____________________________________________________Date:_____________________________________________________Civil Service Commission Regional Office No. VIIIStandard Form No.: SF-GOOD-13bSTATEMENT OF ALL GOVERNMENT & PRIVATE CONTRACTS COMPLETED WHICH ARE SIMILAR IN NATUREBusiness Name:______________________________________________________________Business Address :______________________________________________________________Name of Contracta. Owner’s Nameb. Addressc. Telephone Nos.Nature of WorkBidder’s Rolea. Amount at Awardedb. Amount at Completionc. Duration a. Date Awardedb. Contract Effectivity c. Date CompletedDescription%Government PrivateNote: This statement shall be supported with:1 Contract2 Certificate of Completion3 Certificate of AcceptanceSubmitted by:_____________________________________________________ (Print Name and Signature)Designation:_____________________________________________________Date:_____________________________________________________ ................
................

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

Google Online Preview   Download