Sie sind auf Seite 1von 9

Republic of the Philippines

Department of Science and Technology


PHILIPPINE SCIENCE HIGH SCHOOL-CENTRAL LUZON CAMPUS
BIDS AND AWARDS COMMITTEE
Clark Freeport Zone, Pampanga 2009
Tel. No. (045) 499-0136

Supplemental Bid Bulletin No. 7-20-2016


SUPPLY, DELIVERY AND INSTALLATION OF LABORATORY FIXTURES
This supplemental bid bulletin for the SUPPLY, DELIVERY AND INSTALLATION OF LABORATORY FIXTURES for
PSHS Central Luzon Campus is being issued to all participating bidders to clarify, amend and/or modify
certain provisions in the bidding documents. Bid Bulletins issued must be attached to the Technical Proposal
documents that shall be submitted by bidders, failure to attach bid bulletins by the procuring entity shall be
a ground for non-compliance.
AMENDMENT
Bidders may opt to use Bid Securing Declaration as a form of Bid Security kindly refer to the attached
format for Bid Securing Declaration.
QUERIES
1. Cabinet

CLARIFICATIONS
Cabinets are movable.

2. Laboratory

Only water outlet is included.


Fume hood is not also included.
Stools are not included.
Computer units not included.

3. Delivery Period

Change from 60 calendar days to 120 calendar days

Section III.
Eligibility Documents
Class A Documents
(v) NFCC computation or CLC in accordance with ITB Clause 5.5;and
amend to
(v) NFCC computation in accordance with ITB Clause 5.5; and
Additional Eligibility Requirements under Class A Documents shall be:
(vi) Tax Clearance per Executive Order No. 398, series of 2005, as finally reviewed and approved
by the BIR.
Attached also herewith are the Bid Securing Declaration, Omnibus Sworn Statement Form and the Revised
Laboratory Fixtures Plan and checklist for the aforementioned procurement project.
For the information and guidance of all concerned.
Issued this 20th day of July 2016.

JOEL T. BAUTISTA
Chairman
Bids and Awards Committee

Quantity
Item
1 Teachers Working Table
2 Students Working Table 1
3 Display Cabinet 1
4 Display Cabinet 2
5 Students Working Table
6 Students Working Table 3
7 Tools Cabinet
8 Students Working Table 4
9 Students Working Table 5
10 Demonstration Table 3
11 Students Working Table 6

Code
WT-01
SWT-01
DC-01
SL-01
SWT-02
SWT-03
TC-01
SWT-04
SWT-05
DT-03
SWT-06

Quantity (pcs)
4
30
7
7
18
6
2
12
5
1
10

PHILIPPINE SCIENCE HIGH SCHOOL-CENTRAL LUZON CAMPUS


BIDS AND AWARDS COMMITTEE
CHECKLIST OF BID REQUIREMENTS FOR PROCUREMENT OF GOODS

PROJECT TITLE:
LOCATION:

PROCUREMENT OF LABORATORY EQUIPMENT FOR PSHS-CLC

NAME OF BIDDER:

_____________________________________________________________

Philippine Science High School-Central Luzon Campus, Clark Polytechnic Compound,


Clark Freeport Zone, Pampanga

ENVELOPE No. 1 ELIGIBILITY AND TECHNICAL REQUIREMENTE ENVELOPE


ITEM
NO.

I.
A.
1.

2.
3.

REQUIREMENTS

ELIGIBILITY DOCUMENTS
Class A Documents:
Registration Certificate from the Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI) for
sole proprietorship, or Cooperative Development Authority
(CDA) for cooperatives, or any proof of such registration as
stated in the BDS.
Current (Y2016) Mayors Permit issued by the city or
municipality where the principal place of business of the
prospective bidder is located.
Statement of all its on-going and completed government and
private contracts within three (3) years from the submission of
bids, including contracts awarded but not yet started, if any.
With
Name of contract, Date of contract, Kinds of Goods, Amount of
Contract and value of outstanding contract, date of delivery
End users acceptance or official receipt issued for the contract,
if completed

4.

5.
6.
B.
1.

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 preceding calendar year which should not be
earlier than two (2) years from the date of bid submission.
NFCC computation in accordance with ITB Clause 5.5.
Tax Clearance per Executive Order No. 398, series of 2005, as
finally reviewed and approved by the BIR
Class B Documents:
Valid Joint Venture Agreement (if applicable) or duly notarized
statement from all 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 shall be included in the bid.

SUBMITTED

REMARKS

ITEM
NO.

REQUIREMENTS

SUBMITTED

REMARKS

II.

TECHNICAL DOCUMENTS
Original Bid Security as prescribed in ITB Clause 18.
a. 2% - Cash or Cashiers/Managers Check;
Bank Draft/Guarantee or Irrevocable letter of credit
b. 5% - Surety Bond callable upon demand issued by a surety
or insurance company; including Certificate of Authority
issued by the Insurance Commission
c. Any combination of the foregoing. Proportionate to share
of form with respect to total amount of security
d. Bid Securing Declaration
2.
Conformity with technical specification as enumerated and
specified in Section VI and VII of the Bidding Documents
(either Comply or Not Comply with supporting documents in
forms of manufacturers un-amended sales literature,
unconditional statement of specification and compliance issued
by manufacturer, samples, independent test)
3.
Sworn Statement in accordance with Section 5. (a)(iv) of the
IRR of RA 9184 and using the form prescribed in section VIII
Bidding forms
Note: Any missing document in the above-mentioned checklist is ground for outright rejection of the bid.
1.

Remarks:

( ) Eligible

) Ineligible

ENVELOPE No. 2 FINANCIAL REQUIREMENTE ENVELOPE


ITEM
NO.

REQUIREMENTS

SUBMITTED

REMARKS
(Passed or
Failed)

I.
1.

FINANCIAL DOCUMENTS
Bid Proposal Form, which includes bid prices and
the bill of quantities and the applicable Price
schedules, in accordance with ITB Clause 15.1 and
15.4
2.
Certification from DTI, SEC, or CDA, if applicable
(If the bidder claims preference as a Domestic
Bidder or Domestic entity
3.
Any other document related to the financial
component of the bid as stated in the BDS.
Note: Any missing document in the above-mentioned checklist is ground for outright rejection of the bid.

Remarks:

( ) Eligible

) Ineligible

________________________________
Name of the Bidder

_____________________________________________
Authorized Representative of the Bidder

Note: PSHS-CLC BAC shall not assume any responsibility regarding erroneous interpretations or
conclusions by the prospective bidder out of the data furnished by PSHSCLC in relation to this
bidding. The prospective bidder shall take the responsibility to ensure the completeness of its
submission after taking the steps to carefully examine all of the Bidding Documents and its
amendments.

BID SECURING DECLARATION


REPUBLIC OF THE PHILIPPINES )
CITY OF __________________________ ) S.S.

BID SECURING DECLARATION


Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We2, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which
may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any
procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will
pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration3, if I/we have committed any of the following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary
to the execution of the Contract, in accordance with the Bidding Documents after having been
notified of your acceptance of our Bid during the period of bid validity.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on
the following circumstances:
(a)

Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b)

I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect,
and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of
said right;

(c)

I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest
Rated and Responsive Bid4, and I/we have furnished the performance security and signed the
Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of
execution].
[Insert NAME OF BIDDERS
AUTHORIZED REPRESENTATIVE]
[Insert signatorys legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent
evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s
exhibited to me his/her [insert type of government identification card used], with his/her photograph and
signature appearing thereon, with no.
and his/her Community Tax Certificate No.
issued on
____________ at _____________
.

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 ____.

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF
) S.S.
A FFIDA V IT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address
at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have
full power and authority to do, execute and perform any and all acts necessary to
represent it in the bidding for [Name of the Project] of the [Name of the Procuring
Entity];
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary and/or to represent the
[Name of Bidder] in the bidding as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretarys Certificate
issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not blacklisted or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
government/foreign or international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic
copy of the original, complete, and all statements and information provided therein are true
and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. Select one, delete the rest:


If a sole proprietorship: I am not related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the enduser 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;
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];
and
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
, Philippines.

day of

[Bidders Representative/Authorized
Signatory] [JURAT]

Das könnte Ihnen auch gefallen