18
1 Republic of the Philippines SULTAN KUDARAT WATER DISTRICT Tacurong City, Sultan Kudarat INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY & DELIVERY OF FOUR (4) UNITS BRANDNEW MOTOR VEHICLE 1. The Sultan Kudarat Water District, through the Corporate Budget Approved by the Governing Board 1 intends to apply the sum of P 2,520,000.00 being the Approved Budget for the Contract (ABC) to payments under the contract. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Sultan Kudarat Water District now invites bids/offer for the Negotiated Procurement for the Supply and Delivery of Four (4) Units Brandnew Motor Vehicle. 2 Delivery of the Goods is required within 60 calendar days from receipt of Notice to Proceed. 3. Alternative Method of Procurement will be conducted through Section 53.1 Negotiated Procurement -Two-failed bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”. 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 5183. 4. Interested bidders may obtain further information from Sultan Kudarat Water District and inspect the Bidding Documents at the address given below during 8:00 am - 5:00 pm. 5. A complete set of Bidding Documents may be acquired by interested Bidders on October 2- 29, 2020 from the address below. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity. 1 In the case of National Government Agencies, the General Appropriations Act and/or continuing appropriations; in the case of GOCCs, GFIs, and SUCs, the Corporate Budget for the contract approved by the governing Boards; in the case of (LGUs, the Budget for the contract approved by the respective Sanggunian. (Section 5(a), R.A. 9184) 2 A brief description of the type(s) of Goods should be provided, including quantities, location of project, and other information necessary to enable potential bidders to decide whether or not to respond to the invitation.

INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

1

Republic of the Philippines

SULTAN KUDARAT WATER DISTRICT Tacurong City, Sultan Kudarat

INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY & DELIVERY OF FOUR (4) UNITS BRANDNEW MOTOR

VEHICLE

1. The Sultan Kudarat Water District, through the Corporate Budget Approved by the

Governing Board1 intends to apply the sum of P 2,520,000.00 being the Approved Budget

for the Contract (ABC) to payments under the contract. Bids received in excess of the ABC

shall be automatically rejected at bid opening.

2. The Sultan Kudarat Water District now invites bids/offer for the Negotiated Procurement

for the Supply and Delivery of Four (4) Units Brandnew Motor Vehicle.2 Delivery of the

Goods is required within 60 calendar days from receipt of Notice to Proceed.

3. Alternative Method of Procurement will be conducted through Section 53.1 Negotiated

Procurement -Two-failed bidding procedures using a non-discretionary “pass/fail” criterion

as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act

(RA) 9184, otherwise known as the “Government Procurement Reform Act”.

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 5183.

4. Interested bidders may obtain further information from Sultan Kudarat Water District and

inspect the Bidding Documents at the address given below during 8:00 am - 5:00 pm.

5. A complete set of Bidding Documents may be acquired by interested Bidders on October 2-

29, 2020 from the address below.

It may also be downloaded free of charge from the website of the Philippine Government

Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity.

1 In the case of National Government Agencies, the General Appropriations Act and/or continuing appropriations; in

the case of GOCCs, GFIs, and SUCs, the Corporate Budget for the contract approved by the governing Boards; in the

case of (LGUs, the Budget for the contract approved by the respective Sanggunian. (Section 5(a), R.A. 9184)

2 A brief description of the type(s) of Goods should be provided, including quantities, location of project, and other

information necessary to enable potential bidders to decide whether or not to respond to the invitation.

Page 2: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

2

6. Bids must be duly received by the BAC through its Secretariat at the address below on or

before October 29, 2020 @ 2:00 PM. All Bids must be accompanied by a bid security in

any of the acceptable forms and in the amount stated in Revised IRR of RA 9184.

Bid opening shall be on October 29, 2020 @ 2:00 PM at SKWD-BACROOM, 2nd Floor,

Admin Bldg., Bonifacio Street, Tacurong City. Bids will be opened in the presence of the

bidders’ representatives who choose to attend at the address below. Late bids shall not be

accepted.

7. The Sultan Kudarat Water District 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 Section 41 of RA 9184 and its IRR, without thereby incurring any liability

to the affected bidder or bidders.

8. For further information, please refer to:

Teresita J. Jainga/Jhon-Jhon L. Olipas

Procuring Entity Address:

Sultan Kudarat Water District

Bonifacio Street, Tacurong City

Tel.#: 064-200-6662

e-mail address: [email protected]

website: www.skwdaqua.gov.ph

_________________________________

RUDITO P. MUYCO, MBA

BAC CHAIRPERSON

Page 3: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

3

Republic of the Philippines

SULTAN KUDARAT WATER DISTRICT Tacurong City, Sultan Kudarat

CHECKLIST OF ELIGIBILITY REQUIREMENTS For the NEGOTIATED PROCUREMENT

For the Supply and Delivery of FOUR (4) Units Brandnew Motor Vehicle

BID ENVELOPE – shall contain the following technical information/documents:

I. Eligibility Requirements Legal Documents: (i). Valid Certificate of PhilGEPS Registration (Platinum membership); Technical Documents:

(ii) 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;

(iii) 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 IRR of RA 9184, within the relevant period as provided in the Bidding Documents in the case of Goods;

Financial Documents:

(iv) The prospective bidder’s audited financial statements, showing, among others, the prospective bidder’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 OR Valid Certificate of PhilGEPS Registration;

(v) The prospective bidder’s computation for its Net Financial Contacting Capacity (NFCC) in accordance with ITB Clause 5.5.

II. TECHNICAL PROPOSAL

(II.1) Bid Security in the prescribed form, amount and validity period;

The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount stated in the Bid Data Sheet (BDS), which shall be not less than the percentage of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

Two percent (2%)

Page 4: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

4

b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Five percent (5%)

(II.2) Product brochure of motor vehicle to be offered; (II.3) Duly Accomplished Technical Specifications; (II.4) Duly Accomplished Schedule of Requirements; (II.5) Warranty Certificate issued by the prospective bidder; and (II.6) Omnibus Sworn Statement by the prospective bidder or its duly authorized representative in

the form prescribed by the GPPB in accordance with Section 25.3 of the Revised Implementing Rules and Regulation of RA 9184.

The Financial Component/Proposal:

1. Duly accomplished Request for Quotation. Important Instruction/s: Bid envelope shall be submitted duly SEALED and SIGNED by the authorized

representative/s. Certified by:

TERESITA J. JAINGA Head-BAC Secretariat

Approved by:

RUDITO P. MUYCO, MBA BAC- Chairperson

Page 5: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

5

Technical Specifications

Item

Specifications

Statement of Compliance

Bidders must state here either “Comply”

or “Not Comply” against each of the

individual parameters of each

Specification stating the corresponding

performance parameter of the equipment

offered. Statements of “Comply” or “Not

Comply” must be supported by evidence

in a Bidders Bid and cross-referenced to

that evidence. Evidence shall be in the

form of manufacturer’s un-amended

sales literature, unconditional statements

of specification and compliance issued

by the manufacturer, samples,

independent test data etc., as appropriate.

A statement that is not supported by

evidence or is subsequently found to be

contradicted by the evidence presented

will render the Bid under evaluation

liable for rejection. A statement either in

the Bidders statement of compliance or

the supporting evidence that is found to

be false either during Bid evaluation,

post-qualification or the execution of the

Contract may be regarded as fraudulent

and render the Bidder or supplier liable

for prosecution subject to the provisions

of ITB Clause 3.1 (a)(ii) and/or GCC

Clause 2.1(a)(ii).

Four (4) Units

Brandnew

Motor Vehicle

Description: Brand-new four-wheeled motor

vehicle (Midsize Utility Vehicle)

ENGINE:

Engine: Type: Diesel, minimum of 2 cylinder,

minimum 8 valves, Double/Single

Overhead Camshaft DOHC/SOHC.

Displacement: minimum of 795cc

Bore and Stroke: 70-77 x 80-85.1mm

Compression Ratio: 14 – 15.1

Transmission: 5 speed Manual Transmission/T

Type

Maximum Output: Manufacturer’s Standard

Maximum Torque: 70-75Nm/1800-2000rpm

Emission Standard: Euro 4 Compliant

CHASSIS:

Seating Capacity: At least 12 persons

Steering System: Manufacturer’s Standard

Page 6: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

6

Four (4) Units

Brandnew

Motor Vehicle

Suspension Front: Manufacturer’s Standard

Suspension Rear: Manufacturer’s Standard

Brakes-Front: Manufacturer’s Standard

Brakes-Rear: Manufacturer’s Standard

Tires: minimum 155R13/LT8PR

Fuel Tank Capacity: minimum 30 Liters

Color of Unit: Manufacturer’s Available Colors.

The four (4) units’ vehicles are the same in color.

ACCESSORIES & SAFETY FEATURES:

Seat Belt: Manufacturer’s Standard

Audio System: With Audio System

Windows: Slide Open/Close Glass

Other Accessories per unit: Tint, Floor Matting,

Warranty Booklet, Manual, Early Warning

Device, One (1) Spare Brandnew Tire.

INCLUSIONS/FREEBIES per unit: Free

Labor Charge on Preventive Maintenance

Schedule for 1,000km mileage, 5,000km

Mileage & 10,000km mileage OR based on

Manufacturer’s Standard, Fuel (10 Liters),

Three (3) Years LTO Registration (Red

Plate) (under the Name of the Sultan Kudarat

Water District)

WARRANTY: SCOPE OF COVERAGE:

a. Manufacturer’s Standard

WARRANTY DURATION: Three (3) years or

100,000 kms., whichever comes first

I hereby certify to comply all the above stated technical specifications.

______________________ _______________________________ _______

Name of Business/Bidder Signature of Authorized Representative Date

Note: This document shall form part of bid proposal.

Page 7: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

7

Schedule of Requirements

The delivery & installation schedule expressed as weeks/months stipulates hereafter a

delivery date which is the date of delivery to the project site.

Item

Number

Description Quantity Total Delivered,

Weeks/Months

Supply and Delivery of Four (4) Units

Brandnew Motor Vehicle 1 lot

(4 units)

1 lot

(4 units)

Within 60

calendar days

from receipt of

Notice to

Proceed

I hereby certify to comply and deliver all the above requirements.

_________________________ _________________________ ___________

Name of Company/Bidder/s Signature over Printed Name Date

Note: This document Schedule of Requirements shall form part of bid proposal.

Page 8: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

8

REQUEST FOR QUOTATION

SULTAN KUDARAT WATER DISTRICT Corner Quirino Avenue and Bonifacio Street City of Tacurong (tel./fax 064-200-6662)

SUPPLIER: ________________________________________ ADRRESS: ________________________________________ TEL/FAX Number: ___________________________________________

TIN: _______________________________VAT NON-VAT

Sir/Madam:

Please quote your prices for the article described below including applicable Philippine taxes. In your offer please specify brand or any pertinent data of your product or services for proper information and guidance. Please do not quote for any article/services that are not found in your stock in order to prevent delay or non-delivery which may debar you from further participation in the canvass. Sign legibly the canvass on space provided for your signature after submitting your quotation, otherwise your bid will be considered invalid.

The Bidder shall fill in prices for all items provided herein. Bids not addressing or providing all of the required

items shall be considered non-responsive and, thus, automatically disqualified but specifying a zero (0) for the said

item would mean that it is being offered for free to the government.

The contract will be awarded only to the bonafide dealers whose proposals appeared to be the most advantageous to the government, but the right is reserved to reject or to accept only all item and bids to were any formalities thereof as to Committee on Bids and Awards may determine.

Please submit your bid/offer/quotation in SEALED ENVELOPE for the following item/s on or before October 29, 2020 at 2:00 pm. at SKWD-Bids and Awards Committee, BACroom, 2nd Floor, Admin Building, Bonifacio Street, Tacurong City.

Supply and Delivery of Four (4) Units Brandnew Motor Vehicle-Page 1 of 2

NO QTY UNITS DESCRIPTION UNIT PRICE AMOUNT

1 4 units

Brandnew Motor Vehicle

Description: Brand-new four-wheeled motor vehicle

(Midsize Utility Vehicle)

TOTAL

Price quoted must be tax inclusive:

Subject to 3% VAT & 1% (goods) withholding tax of the total

amount for NON-VAT

Subject to 5% VAT & 1% (goods) withholding tax to the

10/11.2 of the total amount for VAT

Validity of quoted price: 120 calendar days

Place of Delivery: Sultan Kudarat Water District – Bonifacio

Street, Tacurong City

PR NUMBER: 20-0003

Page 9: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

9

Warranty Period: One (1) Year from Final Acceptance

Full payment of the Contract Price within 30 calendar days

from Final Acceptance.

Five percent (5%) of the amount shall be retained by the

Procuring Entity to cover the Supplier’s warranty obligations.

Delivery term: within 60 calendar days

Very truly yours, PRICE QUOTED BY:

RUDITO P. MUYCO, MBA

BAC Chairperson

Signature Over Printed Name

Date: ________________________

Important Instruction/s: The Bidder shall fill in prices for all items provided herein. Bids not

addressing or providing all of the required items shall be considered non-

responsive and, thus, automatically disqualified but specifying a zero (0)

for the said item would mean that it is being offered for free to the

government.

Supply and Delivery of Four (4) Units Brandnew Motor Vehicle-Page 2 of 2

______________________

Page 10: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

10

SAMPLE FORMS

Page 11: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

11

TECHNICAL DOCUMENTS (Sample Form)

The BAC Chairman Sultan Kudarat Water District Tacurong City

A. 1 STATEMENT OF ALL ON-GOING GOVERNMENT & PRIVATE CONTRACTS/PROJECT.

THE NAME OF THE CONTRACT

DATE OF THE CONTRACT

KINDS OF GOODS

SOLD

AMOUNT OF CONTRACT &

VALUE OF OUTSTANDING

CONTRACTS

DATE OF DELIVERY

SPECIFICATION WHETHER PROSPECTIVE BIDDER IS A

MANUFACTURER, SUPPLIER OR DISTRIBUTOR

Government:

Private:

Business/Bidder’s Name: ___________________________________

Business Address : ___________________________________

Submitted by : ________________________________________

(Printed Name of the Authorized Representative & Signature) Designation : _______________________________________

Date : _______________________________________

Instruction: a) Please attach Contract Agreement or Purchase Order; and b) This document shall be submitted by all bidders as form part of the technical requirements in the first

envelope.

Page 12: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

12

STATEMENT OF THE BIDDER’S SINGLE LARGEST COMPLETED CONTRACT (SLCC) SIMILAR TO THE CONTRACT TO BE BID

The BAC Chairman Sultan Kudarat Water District Tacurong City A.2 STATEMENT OF THE BIDDER’S SINGLE LARGEST COMPLETED CONTRACT (SLCC) SIMILAR TO THE CONTRACT TO BE BID

THE NAME OF THE

CONTRACT

DATE OF THE CONTRACT

KINDS OF GOODS

SOLD

AMOUNT OF CONTRACT

DATE OF DELIVERY

END-USER’S ACCEPTANCE OR

OFFICIAL RECEIPT(S)

SPECIFICATION WHETHER PROSPECTIVE BIDDER IS A

MANUFACTURER, SUPPLIER OR DISTRIBUTOR

Government/Private

Business/Bidder’s Name: ___________________________________

Business Address : ___________________________________

Submitted by : ________________________________________

(Printed Name of the Authorized Representative & Signature)

Designation : _______________________________________

Date : _______________________________________

Instructions:

a) The prospective bidder must have a single contract similar to the contract to be bid whose value must be at least 50%

of the ABC for the last five (5) years from the date of bid submission;

b) The prospective bidder must attach Owner’s/End-user’s Acceptance or Official Receipt(s) for each completed project;

and

c) This document shall be submitted by all bidders as form part of the technical requirements in the first envelope.

Page 13: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

13

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

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;

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;

Page 14: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

14

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 following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the

Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any;

and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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.

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

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

Page 15: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

15

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of

execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me

through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.

No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card

used], with his/her photograph and signature appearing thereon, with no. ________ and his/her

Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

* This form will not apply for WB funded projects.

Page 16: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

16

BID SECURING DECLARATION FORM

REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________) S.S.

x------------------------------------------------------x

BID SECURING DECLARATION

Invitation to Bid: [Insert Reference number]

To: [Insert name and address of the Procuring Entity]

I/We3, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a

Bid Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any

contract with any procuring entity for a period of two (2) years upon receipt of your

Blacklisting order; and, (b) I/we will pay the applicable fine provided under Section

6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days

from receipt of the written demand by the procuring entity for the commission of

acts resulting to the enforcement of the bid securing declaration under Sections

23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without

prejudice to other legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the

following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant

to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your

notice to such effect, and (i) I/we failed to timely file a request for

reconsideration or (ii) I/we filed a waiver to avail of said right;

(c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid,

and I/we have furnished the performance security and signed the Contract.

3 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.

Page 17: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

17

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’S AUTHORIZED

REPRESENTATIVE]

[Insert Signatory’s Legal Capacity]

Affiant

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of

execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me

through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.

No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card

used], with his/her photograph and signature appearing thereon, with no. ________ and his/her

Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

Page 18: INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY ... P… · (iii) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except

18

COMPUTATION OF NET FINANCIAL CONTRACTING CAPACITY (NFCC)

A. Summary of the Firm’s/Contractor’s assets and liabilities on the basis of the attached copy of

audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue or

BIR authorized collecting agent, for the immediately preceding year and a certified copy

of Schedule of Fixed Assets particularly the list of construction equipment.

Year 20__

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Total Net Worth (1-3)

6. Current Net Worth or Net

Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as

follows:

NFCC = K (current asset – current liabilities) minus value of all outstanding contracts including

those awarded contracts but not yet started

NFCC = P _______________________________________

K = 15

Submitted by:

________________________

Name of Bidder/Supplier

_____________________________________________________________________

Signature of Authorized Representative

Date: _____________________________

NOTE:

1. If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the

above requirements.