Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

REPUBLIC OF THE PHILIPPINES

PROVINCE OF PAMPANGA
CITY OF SAN FERNANDO

PHILIPPINE BIDDING DOCUMENTS


(As Harmonized with Development Partners)

Contract of Service for the


disposal of residual waste to
Sanitary Landfill for 2nd
Semester of 2023 of the City
Environment and Natural
Resources Office in the City
of San Fernando, Pampanga
Government of the Republic of the Philippines

Sixth Edition
July 2020
Preface

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

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

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

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

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

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

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.

1
d. The cover should be modified as required to identif' the Bidding Documents as
to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.

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


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

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

2
Table of Contents

Glossary of Acronyms, Terms, and Abbreviations 4


Section L Invitation to Bid .7
Section II. Instructions to Bidders .9
1. Scope of Bid 10
2. Funding Information . . 10
3. Bidding Requirements 10
4. Corrupt, Fraudulent, Collusive, and Coercive Practices io
5. Eligible Bidders . . . 10
6. Origin ofGoods . 11
7. Subcontracts ........................... 11
8. Pre-Bid Conference . . .......... 11
9. Clarification and Amendment of Bidding Documents ii
10. Documents comprising the Bid: Eligibility and Technical Components 12
11. Documents comprising the Bid: Financial Component . 12
12. BidPrices . . . 12
13. Bid and Payment Currencies . . . . . . 13
14. Bid Security 13
15. Sealing and Marking of Bids 13
16. Deadline for Submission of Bids . . . 13
17. Opening and Preliminary Examination of Bids 14
18. Domestic Preference . . . 14
19. Detailed Evaluation and Comparison of Bids 14
20. Post-Qualification . . 15
21. Signing of the Contract . . . 15
Section 111. Bid Data Sheet .16
Section IV. General Conditions of Contract 18
1. Scope of Contract . . . . 20
2. Advance Payment and Terms of Payment . . 20
3. Performance Security 20
4. Inspection and Tests 20
5. Warranty 21
6. Liability of the Supplier . 21
Section V. Special Conditions of Contract 22
Section VI. Schedule of Requirements
Section VII. Technical Specifications 25
Section VIII. Checklist of Technical and Financial Documents .27
Terms and Conditions .28
Bidding Forms .29
Glossary ofAcronyms, 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[il)

CDA - Cooperative Development Authority.

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

CIF — Cost Insurance and Freight.

CIP — Carriage and Insurance Paid.

CPI — Consumer Price Index.

DDP — Refers to the quoted price of the Goods, which means "delivered duty paid."

4
DTI — Department of Trade and Industry.

EXW — Lx 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 tenns 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. 27-20 19)

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, stationeiy, 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

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

LGUs — Local Government Units.

NFCC — Net Financial Contracting Capacity.

NGA — National Government Agency.

PhIIGEPS - Philippine Government Electronic Procurement System.

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


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

PSA — Philippine Statistics Authority.

SEC — Securities and Exchange Commission.

SLCC — Single Largest Completed Contract.

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

UN — United Nations.

6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (TB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The lB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the TB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the
lB is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria (e.g., the application of a margin of preference
in bid evaluation).

The lB should be incorporated in the Bidding Documents. The information contained in the
lB must conform to the Bidding Documents and in particular to the relevant information in
the Bid Data Sheet.

7
Republic of the Philippines
Province of Pampanga
CITY OF SAN FERNANDO
OFFICE OF THE BIDS AND AWARDS COMMITTEE

Invitation to Bid for the Contract of Service for the disposal of residual waste to Sanitary Landfill for 2"
Semester of 2023 of the City Environment and Natural Resources Office in the City of San Fernando,
Pampan2a

1. The City Government of San Fernando, Pampanga, through the General Fund 2023 intends to apply the sum of
THIRTY MILLION NINETY-NINE THOUSAND NINE HUNDRED NINETY-SIX PESOS ONLY
(P30,099,996.00) being the ABC to payments under the contract for Contract of Service for the disposal of residual
waste to Sanitary Landfill for 2d Semester of 2023 of the City Environment and Natural Resources Office in
the Cty of San Fernando, Pam panga /2023-09-02073. Bids received in excess of the ABC shall be automatically
rejected at bid opening.

2. The City Government of San Fernando, Pampanga now invites bids for the above Procurement Project. Delivery of
the Goods is required within Thirty (30) Days upon receipt of Notice to Proceed (NT?). Bidders should have
completed, within two (2) 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. Ridding will be conducted through open competitive bidding procedures using a non-discretionary "passffail"
criterion as specified in the 2016 revised Implementing Rules and Regulations (IKR) 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 City Government of San Fernando, Pampanga and inspect
the Bidding Documents at the address given below during 8:00 a.m. to 5:00 p.m.

5. A complete set of Bidding Documents may be acquired by interested Bidders on SEPTEMBER 18, 2023
(MONDAY) until P00 p.m. of OCTOBER 10,2023 (TUESDAY) at CGSO Building, New Public Market, Del
Filar, City of San Fernando, Fampanga and upon payment of the applicable fee for the Bidding Documents,
pursuant to the latest Guidelines isucd by the GFPD, in the amount of TWENTY-FIVE THOUSAND PESOS
ONLY (P2,000.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees that will
be presented m person.

6. The City Government of San Fernando, Pampanga will hold a Pre-Bid Conference on SEPTEMBER 26, 2023
(TUESDAY) Z;30 p.m. at Levi Fanlilio, Conference Room, City Hall, Sto. Rosarlo, City of San Fernando,
Pampanga, and shall be open to prospective bidders.

7. Rids must be duly received by the BAC Secretariat through manual submission on or before 1:00 pm of OCTOBER
10, (TUESDAY) at Levi Lanlillo, Conference Room, City Hall, SW. Rosnrio, City of San Fernando,
Pam panga. Late bids shall not be accepted.

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

9. Bid opening shall be on OCTOBER 10, 2023 (TUESDAY) 2;00 p.m. at Levi Panlilio, Conference Room, City
Halls Ste. Resarlo, City of San Fernando Pampana. Bids will be opened in the presence of the bidders'
representatives who choose to attend the activity.

10. The City Government of San Fernando, Pampanga reserves the right to reject any and all bids, declare a failure of
bidding, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the
2016 revised 1RR of PA No. 9154, without thereby incurring any liability to the affected bidder or bidders.

For further information, please refer to:

JEFFREY D. LOZANO
Head, BAC Secretariat
Approved by:

ENGR. MICHAEL N. QUIZON, JR.


BAC Chairman
Section II. Instructions to Bidders

Notes on the Instructions to Bidders


This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

9
1. Scope of Bid
The Procuring Entity, City Government of San Fernando, Pampanga wishes to
receive Bids for the Contract of Servicefor the disposal of residual waste to Sanitary
Landfill for 2nd Semester of 2023 of the City Environment and Natural Resources
Office in the City of San Fernando, Panipanga with identification number 2023-09-
02073.

The Procurement Project (referred to herein as "Project") is composed of one (1) item,
the details of which are described in Section VII (Technical Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for 2023 General
Fund in the amount of Thirty Million Ninety-Nine Thousand Nine Hundred
Ninety-Six Pesos Only (P30,099,996.00).

2.2. The source of funding is: LGUs, the Annual or Supplemental Budget, as
approved by the Sanggunian.

3. 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 lB by the BAC through the issuance of a
supplemental or bid bulletin.

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

4. Corrupt, Fraudulent, Collusive, and Coercive Practices


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

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
10
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 Expendable Supplies and Services: 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.

i. Completed at least two (2) similar contracts, the aggregate amount


of which should be equivalent to at least twenty-five percent (25%)
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.

6. Origin of Goods

There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under 1TB Clause 18.

7. Subcontr acts

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

The Procuring Entity has prescribed that subcontracting is not allowed.

8. Pie-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time at its physical address as indicated in paragraph 6 of the lB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
JIB, at least ten (10) calendar days before the deadline set for the submission and receipt
of Bids.
11
10. Documents comprising the Bid: Eligibility and Technical Components

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

10.2. The Bidder's SLCC as indicated in ITB Clause 5.3 should have been completed
within two (2) years prior to the deadline for the submission and receipt of bids.

10.3. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder's affairs in the Philippines.
Similar to the required authentication above, for Contracting Parties to the
Apostille Convention, only the translated documents shall be authenticated
through an apostille pursuant to GPPB Resolution No. 13-20 19 dated 23 May
2019. The English translation shall govern, for purposes of interpretation of the
bid.

11. Documents comprising the Bid: Financial Component

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

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


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

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

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


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

12. Bid Prices

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

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

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


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;

12
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.

13. Bid and Payment Currencies

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

13.2. Payment of the contract price shall be made in Philippine Pesos.

14. Bid Security

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

14.2. The Bid and bid security shall be valid until February 07, 2024. Any Bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

15. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid (with
tabbing and labels).

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.

16. Deadline for Submission of Bids

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

In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
tirnishin of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
13
17. Opening and Preliminary Examination of Bids

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

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

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


2016 revised IRR of RA No. 9184.

18 Domestic Preference

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

19. Detailed Evaluation and Comparison of Bids

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

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

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

19.4. The Project shall be awarded as follows:

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

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

14
committed Line of Credit, it must be at least equal to ten percent (10%) of the
ABCs for all the lots or items participated in by the prospective Bidder.

20. Post-Qualification

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

21. Signing of the Contract

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

15
Section III. Bid Data Sheet

Notes on the Bid Data Sheet


The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to he prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by


the circumstances of the specific procurement, must also be incorporated.

16
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:

a. Disposal of Residual Waste.

b. completed within two (2) years prior to the deadline for the submission
and receipt of bids.
7.1 Subcontracting is not allowed.

12 No further instructions.

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

a. The amount of not less than SAi Hundred One Thousand Nine Hundred
Ninety-Nine Pesos and 92/1 00 Only (P601,999.92) or 2% ofABC, if bid
security is in cash, cashier's/manager's check, bank draft/guarantee or
irrevocable letter of credit;

Note: In case bid .securily is in the fbrrn of cashier 's 'manager'S check, ii
should be payable 10 LGU-City f'San Fernando, Pampanga

or

b. The amount of not less than One Million Five Hundred Four Thousand
Nine Hundred Ninety-Nine Pesos and 80/100 Only (P1,504,999.80,) or
5% c?f 4 C if bid security is in Surety Bond.
19.3 Not applicable.

20.2 1. Latest Income Tax Return

2. Registration cert flcate from Securities and Exchange Gommission (SEq.


Department of Trade and Industiy (DTI) for sole proprietorship, or
cooperative Development Authority (GDA) for cooperatives or its equivalent
document;

3. 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;
4. Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved
by the Bureau of Internal Revenue ('BIR,);
5. The Supplier's audited financial statements, showing, among others, the
Supplier's total and current assets and liabilities, stamped "received by the
BJR or its duly accredited and authorized institutions, for the preceding

17
calendar year which should not be earlier than two (2) years from the date of
bid submission;
6. Environmental Gompliance CertWcate;
7. HW Transporter Registration ertflcate (Pursuant to Chapter 4 of DENR
Administrative Order No. 2013-22, the IRR of R.A. 6969);
8. TSD Registration Certjficate (Pursuant to Chapter 5 of DENR
Administrative Order No. 2013-22, the JRR of R.A. 6969); and
9. Permit to Operate — Air Pollution Source and Control Installations
(Pursuant to Part I Rule XIX of the Rules and Regulations of R.A. 8749).

21.2 Not applicable.

Is
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract


The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.

19
1. Scope of Contract

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

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

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

2. Advance Payment and Terms of Payment

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

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

3. Performance Security

Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than 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.

4. Inspection and Tests

The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project 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.

20
5. Warranty
6.1. 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.

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

6. Liability of the Supplier

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

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

21
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract


Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the 0CC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity's country, the sector, and the Goods purchased. In preparing this Section, the
following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the


circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.

22
Special Condi
GCC
Clause
Upon delivery of the goods to the project site, the supplier shall notif' the
Procuring Entity and present the following documents to the Procuring Entity:

(L) Original and duplicate copies of the Service Provider's billing


statement showing description, covered period and total amount;
and

(iL) A ccomplishnzent Report.

Note: There shall be no instance that the supplier will utilize


plastic bag/styro as primary and secondary packaging material
for all deliveries in compliance with SP Ordinance No. 2014-008
otherwise known as "The Plastic-Free Ordinance of the City of
San Fernando, Pampanga.

"The delivery terms applicable to this Contract are delivered in the City
Government of San Fernando, Pampanga. 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).

Transportation —

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

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

2.2 The term of payment shall be as follows:


Payment will be issued once the contract is completed as per time schedule
and all deliverables and reports are submitted.
4 The inspections and tests that will be conducted are: None

23
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.

Item
Description Quantity Total Delivered,
Number
Weeks/Months
Disposal of Residual Waste — 44,264.70 Three (3) months.
Tipping Fee cu.m

***Nothing Follows***

24
Section VII. Technical Spec?fications

Notes for Preparing the Technical Specifications


A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying their Bids.
In the context of Competitive Bidding, the specifications (e.g. production/delivery schedule,
manpower requirements, and after-sales service/parts, descriptions of the lots or items) must
be prepared to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the
goods and services to be procured. Only if this is done will the objectives of transparency,
equity, efficiency, fairness, and economy in procurement be realized, responsiveness of bids
be ensured, and the subsequent task of bid evaluation and post-qualification facilitated. The
specifications should require that all items, materials and accessories to be included or
incorporated in the goods be new, unused, and of the most recent or current models, and that
they include or incorporate all recent improvements in design and materials unless otherwise
provided in the Contract.

Samples of specifications from previous similar procurements are useful in this respect. The
use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the General
Technical Specifications and incorporate them in a separate subsection. The General
Technical Specifications should cover all classes of workmanship, materials, and equipment
commonly involved in manufacturing similar goods. Deletions or addenda should then
adapt the General Technical Specifications to the particular procurement.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized Philippine
and international standards should be used as much as possible. Where other particular
standards are used, whether national standards or other standards, the specifications should
state that equipment, materials, and workmanship that meet other authoritative standards,
and which ensure at least a substantially equal quality than the standards mentioned, will
also be acceptable. The following clause may be inserted in the Special Conditions of
Contract or the Technical Specifications.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Technical Specifications to specific standards and codes
to be met by the goods and materials to be furnished or tested, the provisions of the latest
edition or revision of the relevant standards and codes shall apply, unless otherwise
expressly stated in the Contract. Where such standards and codes are national or relate to a
particular country or region, other authoritative standards that ensure substantial equivalence
to the standards and codes specified will be acceptable.

Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words "or at least equivalent."
References to brand names cannot be used when the funding source is the GOP.

25
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
during contract execution.

Bidders are also required, as part of the technical specifications, to complete their statement
of compliance demonstrating how the items comply with the specification.

26
Republic of the Philippines
Province of Pampanga
City of San Fernando
Office of the Bids and Awards Committee
TECHNICAJ. SPECIFICATIONS
(FM-CSFP-CGSQ-51; Revision No. 02, 04/01/2022)
Project Title: Contract of Service for the disposal of residual waste to Sanitary Landfill for 2nd
Semester of 2023 of the City Environment and Natural Resources Office in the City
of San Fernando, Pampanga
PR No.: 2023-09-02073

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 manufacturei-, 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.

Item
Quantity Unit Specification Statement of Compliance

I 44,264.7 cu.m(s) Disposal of Residual Waste - Tipping Fee

Submitted by:

Signature:

Bidder's Representative:

Bidder's Name:

Date:
Section VIII. Checklist of Technical and
Financial Documents

Notes on the Checklist of Technical and Financial Documents

The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or

b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary "pass/fail" criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.

27
Republic of the Philippines
Province of Pampanga
CITY OF SAN FERNANDO
OFFICE OF THE BIDS AND AWARDS COMMITTEE
Checklist of Technical and Financial Documents
(PROCUREMENT OF GOODS)
L TECHNICAL COMPONENT ENVELOPE

Class "A" Documents


LeRal Documents
1. Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
Technical Documents
D 1. 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;
fl 2. 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;
3. 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;
4. Technical Specifications;
II 5. Production/delivery schedule;
fl 6. Manpower requirements;
7. After-sales/parts, and
8. 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
fJ 1. 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
U 1. If applicable, a duly signed joint venture agreement (WA) 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.
Additional document
0 1. Conformed Terms of Reference;
H. FINANCIAL COMPONENT ENVELOPE
[1] 1. Original of duly signed and accomplished Request for Quotation;
2. Original of duly signed and accomplished Financial Bid Form;
3. Original of duly signed and accomplished Price Schedule(s).
Terms of Reference
TERMS OF REFERENCE

Contract of Service for the disposal of residual waste to Sanitary Landfill for 2nd
Semester of 2023 of the City Environment and Natural Resources Office in the
City of San Fernando, Pampanga

I. BACKGROUND

Pursuant to Republic Act No. 7160 otherwise known as the Local Government Code of
1991 particularly Section 17 (a), local government units shall endeavor to be self-reliant
and shall continue exercising the powers and discharging the duties and functions
currently vested upon them. They shall likewise exercise such other powers and
discharge such other functions and responsibilities as are necessary, appropriate, or
incidental to efficient and effective provision of the basic services and facilities which
includes solid waste disposal system or environmental management system and services
or facilities related to general hygiene and sanitation.

Further, pursuant to the Republic Act No. 9003 otherwise known as the Ecological Solid
Waste Management Act of 2000, it is a declared policy of the State to adopt a systematic,
comprehensive and ecological solid waste management program.

Accordingly, the City Government adheres with the provisions of the foregoing Acts thus,
operates a Central Materials Recovery Facility (MRF) to accommodate the residual waste
of the city's 35 barangays, other homeowner's association and those collected along the
major thoroughfares by its garbage trucks prior to disposal to sanitary landfills.

The City Environment and Natural Resources Office, the department responsible for the
City Ecological Solid Waste Management System that will address the pollution of
environment and conservation of natural resources, deemed necessary to request for
budget to ensure the continuing services for the regular disposal of residual waste to
prevent the accumulation at the Central MRF.

II. BUDGETARY REQUIREMENT

The Approved Budget for the Contract (ABC) for the disposal of residual waste at the
sanitary landfill — tipping fee is in the amount of THIRTY MILLION NINE HUNDRED
NINETY-NINE THOUSAND NINE HUNDRED NINETY-SIX PESOS ONLY (PhP
30,999,996.00).

Ill. OBJECTIVES

The objectives of disposal of residual waste at the sanitary landfill — tipping fee are as
follows:

a. To fully implement proper solid waste management in compliance with R.A. No.
9003;

b. To ensure that there are no accumulated wastes at the Central MRF.

IV. TERMS AND CONDITIONS

During the implementation of the contract, the servce provider shall ensure the following:

1. The service provider should conform to the Minimum Considerations for Siting and
Designing Sanitary Landfills under Rule XIV on the operation of sanitary landfills;
thus, it should secure all required documents and accreditation from the
Environmental Management Bureau;

Scanned with CamScanner


2. The service provider should have a cell for the disposal of treated covid-19
related/health care wastes;

3. Send required number of container bins to the Central MRF in the City of San
Fernando, Pampanga for the hauling and disposal of residual waste. The City
disposes an average of 74OO cubic meters of residual waste on a monthly basis:

4. Provide trailer/hooklift trucks in good condition to ensure uninterrupted service;

5. Shoulder all other expenses outside the contract that are incurred in the duration
of service; and

6. Take full responsibility and liability of the trailer/hooklift trucks and drivers in case
of any untoward incident;

V. DELIVERABLES BY THE SERVICE PROVIDER AND THE CITY GOVERNMENT

The deliverables of the service provider shall be as follows:

a. Provide the required number of container bins on trailer or hooklift trucks on a


regular daily schedule to be used for hauling of residual waste from the Central
MRF and disposal at the sanitary landfill;

b. Provide drivers of trailer/hooklift trucks and shoulder the fuel to be consumed for
the entire duration of service.

The deliverable of the City Government shall be:

1. Issue payment for monthly collection/services completed with corresponding


Statement of Account and attached Summary Waste Collection from CENRO and
all the deliverables and reports are submitted.

Prepared and submitted by:

TERESA Q. DOBLE
A'ting CENRO I

CON FORM E:

Signature over Printed Name

Date

Scanned with CamScanner


Bidding Forms
Republic of the Philippines
Province of Pampanga
City of San Fernando
Office of the Bids and Awards Committee
REQUEST FOR QUOTATION
('FM-cSFP-CGSO-38, Revision No. 03, 04/01/2022)

Project Title Contract of Service for the disposal of residual waste to Sanitary Landfill for
2nd Semester of 2023 of the City Environment and Natural Resources Office
in the City of San Fernando, Pampanga
Location of the Project: City Environment and Natural Resources Office

Company Name Date: Sep iS, 2023


PR No.: 2023-09-02073
Address

Please quote your lowest price on the item/s listed below and submit your quotation duly signed by your
representative not later than Tuesday, October 10, 2023 1:00 PM at Levi Panlilio, Conference Room, City
Hall, Sto. Rosario, City of San Fernando, Pampanga.
Approved by:

Engr. Mic#e! Ni Q'uizon, Jr.


BM Chairperson
NOTE: I. ALL ENTRIES MUST BE READ 4BLE
2. DELIVERY PERIOD WiTHIN CALENDAR DAYS
3. WARRANTY SHALL BE FOR AifOD OF SIX (6) MONTHS FOR SUPPLIES & MATERIALS, ONE (I) YEAR FOR EQUIPMENT
FROM DATE OFACCEPTANCE BY THE PROCURING ENTITY
4. PRICE V4LIDITY SHALL BE FOR A PERIOD OF CALENDAR DAYS

Item
Qt Unit Item Description Remarks Unit Price Total

1 44264.7 cu.m(s) Disposal of Residual Waste - Tipping Fee

Total Amount:
After having carefully read and accepted your General Conditions, I quote you on the item at prices noted
above.

Printed Name) Signature

Tel No.! Celiphone No.

Date
Republic of the Philippines
Province of Pampanga
City of San Fernando
Office of the Bids and Awards Committee
BID FORM
(FM-cSFP-cGSO-49; Revision No. 03; 04/01/2022)

Date:
PR No.: 2023-09-02073

To: City Govcrmncnt of San Fernando, Pampanga


Sto. Rosario, Poblacion, City of San Fernando, Pampanga

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or Bid Bulletin Numbers _____, the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply/deliver/perform for the Contract of
Service for the disposal of residual waste to Sanitary Landfill for 2nd Semester of 2023 of the City Environment and
Natural Resources Office in the City of San Fernando, Pampanga in conformity with the said PBDs for the sum of

(P ) 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: , 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.

Name and Amount and Purpose of Commission


Address of agent Currency 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 authorined to submit the bid on behalf of as evidenced by the


attached

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:
Republic of the Philippines
Province of Pampanga
City of San Fernando
Office of the Bids and Awards Committee
PRICE SCHEDULE
(FM- GSFP-CGSO-50; Revision No. 02; 04/01/2022)

Name of Bidder: PR No.: 2023-09-02073

Project: Contract of Service for the disposal of residual waste to Sanitary Landfill for 2nd Semester of 2023 of
the City Environment and Natural Resources Office in the City of San Fernando, Pampanga
ABC: Thirty Million Ninety-Nine Thousand Nine Hundred Ninety-Six Pesos Only (30,099,996.00)

1 2 3 4 5 6 7 8 9 10

Transportation Sales and other Cost of Total Price


Country and all other taxes payable if Incidental Total Price, per delivered Final
Item Unit Price EXW Contracts is Services, If unit (col
Description of Unit Quantity . costs incidental Destination (col
No. per item awarded, per applicable, per 5+6+7+8)
Origin to delivery, per 9) x (col 4)
item item item

I Disposal of Residual Waste - cu.rn(s) 44,264.7


Tipping Fee
Total Amount:

Name:

Legal Capacity:

Signature:

Duly authorized to sign the Bid for and behalf of:


Bid Securing Declaration Form
fshal! be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES )


CITY OF SAN FERNANDO, PAMPANGA) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number)

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

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which
may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b)
I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the
commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action
the government may undertake.

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

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and
(i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said
right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have
furnished the performance security and signed the Contract.

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

[insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTA TI VE]
[Insert signatory's legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this — day of [month) [year) at [place of execution],
Philippines.

[Select one of the two following paragraphs and delete the other]
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. 02-8-1 3-SC).
Affiant/s exhibited to me hisi'her [insert type of government identification card used) with 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 (Revised)
(shall be submitted with the BidJ

REPUBLIC OF THE PHILIPPINES )


CITY OF SAN FERNANDO, PAMPANGA) 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], (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
Procunng 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 controllinq interest with another blacklisted
person or entity as defined and provided for in the Uniform Guidelines on Blacklistinq;

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 qiven, failure to perform or deliver any of the
obliqations and undertakings in the contract shall be sufficient qrounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness
or abuse of confidence through misappropriatinq or convertinq 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.3815s. 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 signator/s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of execution],
Philippines.

[Select one of the two following paragraphs and delete the other]
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. 02-8-1 3-SC).
Affiant/s exhibited to me his/her [insert type of government identification card used] with
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
List of all Ongoing Government & Private contracts including contracts awarded but not yet started

Business Name
Business Address

Bidder's Role a. Date Awarded % of Accomplishment Value of Outstanding


Name of a. Owner's Name
Nature of Works / Undelivered
Contract/Project b. Address b. Date Started Planned
work Description % Actual Portion
Cost c. Telephone Nos. c. Date of Completion
Government

Private

1 P Total Cost

This Statement shall be supported with:


1. Notice of Award and/or Contract
2. Notice to Proceed issued by the owner

Note:
• If there is no ongoing contract including those awarded but not yet started, state none or equivalent term.
• The total amount of the ongoing and awarded but not yet started contracts should be consistent with those used in the Net Financial Contracting Capacity (NFCC).

Submitted by
Designation
Date
STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT (SLCC)

Business Name
Business Address

a. Owner's Name Bidder's Role a. Amount at Award a. Date Awarded


Name of Contract b. Address Nature of Work b. Amount at Completion b. Contract Effectivity
c. Telephone Nos. Description % c. Duration c. Date Completed

Note: This statement shall be supported with:


1. Duly signed Contracts/Purchase Orders;
2. End User's Acceptance; or
3. Official Receipt of the last payment received; or
4. Sales Invoice

Submitted by
Designation
Date
Government Procurement Policy Board

You might also like