You are on page 1of 72

PHILIPPINE BIDDING DOCUMENTS

Procurement of
GOODS
Government of the Republic of the Philippines
Procurement of Additional Motorcycle
Blank Metal Plates, Motorcycle Front
Decal Plates, RFID Stickers, Hot
Stamping Foil, Thermal Transfer
Ribbon for CY 2022

January 2022

0
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 Government of the Philippines, National Government 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 identify 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 I. Invitation to Bid……………………………………………………..7
Section II. Instructions to Bidders…………………………………………...10
1. Scope of Bid ………………………………………………………………………. 11
2. Funding Information………………………………………………………………. 11
3. Bidding Requirements ……………………………………………………………. 11
4. Corrupt, Fraudulent, Collusive, and Coercive Practices………………………….. 11
5. Eligible Bidders…………………………………………………………………… 11
6. Origin of Goods ………………………………………………………………….. 12
7. Subcontracts ……………………………………………………………………… 12
8. Pre-Bid Conference ………………………………………………………………. 12
9. Clarification and Amendment of Bidding Documents …………………………… 12
10. Documents comprising the Bid: Eligibility and Technical Components ………….13
11. Documents comprising the Bid: Financial Component …………………………... 13
12. Bid Prices …………………………………………………………………………. 13
13. Bid and Payment Currencies ………………………………………………………14
14. Bid Security ………………………………………………………………………. 14
15. Sealing and Marking of Bids ………………………………………………………15
16. Deadline for Submission of Bids …………………………………………………. 15
17. Opening and Preliminary Examination of Bids ………………………………….. 15
18. Domestic Preference ……………………………………………………………… 15
19. Detailed Evaluation and Comparison of Bids ……………………………………. 15
20. Post-Qualification ………………………………………………………………… 16
21. Signing of the Contract …………………………………………………………… 16
Section III. Bid Data Sheet …………………………………………………..17
Section IV. General Conditions of Contract ……………………...………..20
1. Scope of Contract ………………………………………………………………… 21
2. Advance Payment and Terms of Payment ……………………………………….. 21
3. Performance Security ……………………………………………………………. 21
4. Inspection and Tests ……………………………………………………………… 21
5. Warranty …………………………………………………………………………. 22
6. Liability of the Supplier ………………………………………………………….. 22
Section V. Special Conditions of Contract ………………………………….23
Section VI. Schedule of Requirements ……………………………………....30
Section VII. Technical Specifications …………………………………………30
Section VIII. Checklist of Technical and Financial Documents …………..32

3
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

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

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

4
DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a


supplier or service provider that identifies the terms and conditions, under which specific
purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is
in the nature of an option contract between the procuring entity and the bidder(s) granting the
procuring entity the option to either place an order for any of the goods or services identified
in the Framework Agreement List or not buy at all, within a minimum period of one (1) year
to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national

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

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

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


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

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

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

UN – United Nations.

6
Section I. Invitation to Bid

7
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF TRANSPORTATION
LAND TRANSPORTATION OFFICE
East Avenue, Quezon City
E-mail Address: ltombox@lto.gov.ph • Website: www.lto.gov.ph

INVITATION TO BID FOR THE Procurement of Additional


Motorcycle Blank Metal Plates, Motorcycle Front Decal
Plates, RFID Stickers, Hot Stamping Foil, Thermal
Transfer Ribbon for CY 2022
The Land Transportation Office (LTO), through the General Appropriations Act for CY
2022 intends to apply the sum of One Hundred Fifty Six Million Six Hundred Sixty Four
Thousand Two Hundred Eighteen Pesos Only (P 156,664,218.00) being the ABC to
payments under the contract for the Procurement of Additional Motorcycle Blank Metal
Plates, Motorcycle Front Decal Plates, RFID Stickers, Hot Stamping Foil, Thermal
Transfer Ribbon for CY 2022. Bids received in excess of the ABC shall be automatically
rejected at bid opening.

The LTO now invites bids for the above Procurement Project. Delivery of the Goods is
required within Ninety (90) calendar days upon receipt of Notice to Proceed. Bidders should
have completed, within ten (10) 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).

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

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.

Prospective Bidders may obtain further information from the Bids and Awards Committee
(BAC) - Secretariat through email: ltobacsec@gmail.com. A complete set of Bidding
Documents may be acquired by interested Bidders on 29 March 2022 from the given
website(s) below and upon submission of a.) Letter of Intent (LOI) b.) copy and presentation
of Company ID c.) Authorization Letter (if applicable) and d.) payment of the applicable fee
for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the
amount of Seventy-Five Thousand Pesos Only (P 75,000.00). The Procuring Entity shall
allow the bidder to present its proof of payment for the fees in person or through electronic
means.

8
The LTO will hold a Pre-Bid Conference1 on 4 April 2022, 9:00 a.m through video
conferencing via Zoom, which shall be open to prospective bidders. Please e-mail:
ltobacsec@gmail.com for further instruction.

Bids must be duly received by the BAC Secretariat on or before 18 April 2022, 8:30 a.m.
through manual submission at the Bulwagang R. F. Edu, LTO-CO, LTO Compound, East
Avenue, Quezon City. Late bids shall not be accepted.

Three (3) representatives are allowed for every Bidder. The representatives are required to
present his/her valid negative RT-PCR-Test result taken within three (3) days before 18 April
2022.

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

Bid opening shall be on 18 April 2022, 9:00 a.m. at the Bulwagang R. F. Edu, LTO-CO,
LTO Compound, East Avenue, Quezon City and/or via Zoom. Bids will be opened in the
presence of the bidders’ representatives who choose to attend the activity. For bidders that
intend to attend via Zoom, please e-mail: ltobacsec@gmail.com for further instruction.

The LTO 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 IRR of RA No. 9184, without thereby incurring any liability to the
affected bidder or bidders.

For further information, please refer to:

JAY-R R. OABEL
Head, BAC- Secretariat
LTO-CO, LTO Compound, East Avenue, Diliman, Quezon City 1101
Tel. Nos. 928-4315/922-9061-66 loc 328
Email Address: ltobacsec@gmail.com

You may visit the following websites:

a.) Philippine Government Electronic Procurement System (PhilGEPS)


b.) Website of the Procuring Entity at https://lto.gov.ph

Date of Issue: 28 March 2022

_________________________________
ROMEO G. VERA CRUZ
BAC Chairman

9
Section II. Instructions to Bidders

10
1. Scope of Bid
The Procuring Entity, LTO, wishes to receive Bids for the Procurement of
Additional Motorcycle Blank Metal Plates, Motorcycle Front Decal Plates, RFID
Stickers, Hot Stamping Foil, Thermal Transfer Ribbon for CY 2022 with
identification number GDS-22033.

The Procurement Project (referred to herein as “Project”) is composed of one (1) Lot,
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 year 2022 in
the amount of One Hundred Fifty Six Million Six Hundred Sixty Four
Thousand Two Hundred Eighteen Pesos (P 156,664,218.00).

2.2. The source of funding is: General Appropriations Act for CY 2022.

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

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

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 IRR 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.

11
5.2. Foreign ownership limited to those allowed under the rules may
participate in this Project.

Citizens, corporations, or associations of a country, included in the list


issued by the GPPB, the laws or regulations of which grant reciprocal
rights or privileges to citizens, corporations, or associations of the
Philippines;

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:

For the procurement of Non- Expendable Supplies: The Bidder must


have completed a single contract that is similar to this Project,
equivalent to at least fifty percent (50%) of the ABC.

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 ITB Clause 18.

7. Subcontracts
a. Subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time through videoconferencing/webcasting as indicated in paragraph 6 of
the IB.

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
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

12
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 VIII (Checklist of Technical and Financial
Documents).

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been
completed within ten (10) 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. 13-2019
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 VIII (Checklist of Technical and Financial
Documents).

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


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

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB 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-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

13
ii. The cost of all customs duties and sales and other taxes already
paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

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

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in the


BDS.

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:

a. Philippine Pesos.

14. Bid Security


14.1. The Bidder shall submit a Bid Securing Declaration2 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 one hundred twenty calendar
days (120 C.D.). Any Bid not accompanied by an acceptable bid security
shall be rejected by the Procuring Entity as non-responsive.

2 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
14
15. Sealing and Marking of Bids
Each Bidder shall submit one copy of the first and second components of its Bid.

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

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

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 IB.

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 IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

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

17.2. The preliminary 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 Entity’s 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
15
the case maybe. In this case, the Bid Security as required by ITB Clause 14
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 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
20.1. 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.

16
Section III. Bid Data Sheet

17
Bid Data Sheet
ITB Clause
5.3 For this purpose, contracts similar to the Project shall be:

a. Contracts that involve the manufacture of license plates and the


supply of RFID stickers, and the manufacture/printing, supply and
delivery of motor vehicle reflective windshield stickers, headlamp
stickers, decals and/or signages.

b. The Bidder must have completed a single contract that is similar to


this Project, equivalent to at least fifty percent (50%) of the ABC.

c. Completed within ten (10) years prior to the deadline for the
submission and receipt of bids.

The statement of SLCC shall indicate the following:


a. Name of Contract
b. Date of Contract
c. Owner’s Name and Address
d. Amount of Completed Contracts
e. Date of Delivery

End-user’s Acceptance or Official Receipts or Invoices issued for the


contract, which shall be attached as proof of project completion.

7.1 Subcontracting is NOT allowed.

12 The price of the Goods shall be quoted DDP Philippines or the applicable
International Commercial Terms (INCOTERMS) for this Project.

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 Three Million One Hundred Thirty
Three Thousand Two Hundred Eighty Four Pesos and Thirty
Six Centavos (Php 3,133,284.36) or the amount equivalent to two
percent (2%) of ABC, if bid security is in cash, cashier’s/manager’s
check, bank draft/guarantee or irrevocable letter of credit; or

b. The amount of not less than Seven Million Eight Hundred Thirty
Three Thousand Two Hundred Ten Pesos and Ninety Centavos
(Php 7,833,210.90) or the amount equivalent to five percent (5%) of
ABC if bid security is in Surety Bond.

15 a. Each bidder shall submit one (1) original and two (2) copies of the first
and second components of its bid, duly sealed and labeled, and shall be
signed by the Bidder or its duly authorized representative/s.

b. Bidders shall enclose their original eligibility and technical documents

18
described in ITB Clause 10 in one sealed envelope marked
“ORIGINAL” –TECHNICAL COMPONENT”, and the original of their
financial component in another sealed envelope marked “ORIGINAL-
FINANCIAL COMPONENT”, sealing them all in an outer envelope
marked “ORIGINAL BID”.

c. Eligibility and technical documents shall be duly labeled with proper


tabbing in alphabetical order in accordance with Section VIII. Checklist
of Technical and Financial Documents.

19.3 Partial bid is not allowed. The goods are grouped in a single lot and the lot
shall not be divided into sub-lots for the purpose of bidding, evaluation, and
contract award.

In all cases, the NFCC computation, if applicable, must be sufficient for all
the lots or contracts to be awarded to the Bidder
20.1 Aside from the post-qualification documents required to be submitted under
ITB clause 20.1, sub-items i, j, and k of Item No. 5, Compliance with the
Materials to Used, Section VII, Technical Specifications shall be submitted
as additional post-qualification documents.

21.1 (a) As per Memorandum from the DOTr Undersecretary for Legal Affairs
and Procurement dated 10 July 2018, “no advance payments or
mobilization fees shall be extended or paid with respect to any project”.

(b) A certification under oath shall be submitted by the bidder certifying


that they have no pending case(s) against the Government, pursuant to
Memorandum Circular issued by the DOTr Undersecretary for Legal Affairs
and Procurement dated 26 June 2018 requiring all prospective bidders to
submit the aforesaid certification in addition to the eligibility requirements
prescribed under the 2016 Revised IRR of R.A. 9184. (to be submitted with
the bid proposal)

19
Section IV. General Conditions of Contract

20
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. No advance payments or mobilization fees shall be extended or paid pursuant
to DOTr Memorandum dated July 10, 2018.

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 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’s job scope and technical
specifications at no extra cost to the Procuring Entity in accordance with the Generic
Procurement Manual. In addition to tests in the SCC, Section VII (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.

21
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.

5. Warranty

5.1 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.

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

22
Section V. Special Conditions of Contract

23
Special Conditions of Contract
GCC
Clause
1 a. The Procuring Entity is Land Transportation Office.

b. The Supplier is [to be inserted at the time of contract award].

The Funding Source is: General Appropriations Act for CY 2022 in the
amount of One Hundred Fifty Six Million Six Hundred Sixty Four
Thousand Two Hundred Eighteen Pesos (P 156,664,218.00).

NOTE: In the case of National Government Agencies, the General


Appropriations Act and/or continuing appropriations; in the case of
Government-Owned and/or –Controlled Corporations, Government
Financial Institutions, and State Universities and Colleges, the
Corporate Budget for the contract approved by the governing Boards;
in the case of Local Government Units, the Budget for the contract
approved by the respective Sanggunian.

c. The Project Site is Land Transportation Office-Central Office, East


Avenue, Quezon City.

Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”
and other trade terms used to describe the obligations of the parties shall have
the meanings assigned to them by the current edition of INCOTERMS published
by the International Chamber of Commerce, Paris. The Delivery terms of this
Contract shall be as follows:

[For Goods supplied from abroad, state:] “The delivery terms applicable to the
Contract are DDP delivered [indicate place of destination]. In accordance with
INCOTERMS.”

[For Goods supplied from within the Philippines, state:] “The delivery terms
applicable to this Contract are delivered [indicate place of destination]. 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). The details of
shipping and/or other documents to be furnished by the Supplier are as
follows:

24
For Goods supplied from within the Philippines:

Upon delivery of the Goods to the Project Site, the Supplier shall notify the
Procuring Entity and present the following documents to the Procuring
Entity:

(i) Original and four copies of the Supplier’s invoice showing Goods’
description, quantity, unit price, and total amount;
(ii) Original and four copies delivery receipt/note, railway receipt, or
truck receipt;
(iii) Original Supplier’s factory inspection report;
(iv) Original and four copies of the Manufacturer’s and/or Supplier’s
warranty certificate;
(v) Original and four copies of the certificate of origin (for imported
Goods);
(vi) Delivery receipt detailing number and description of items received
signed by the authorized receiving personnel;
(vii) Certificate of Acceptance/Inspection Report signed by the Procuring
Entity’s representative at the Project Site; and
(viii) Four copies of the Invoice Receipt for Property signed by the
Procuring Entity’s representative at the Project Site.

For Goods supplied from abroad:

Upon shipment, the Supplier shall notify the Procuring Entity and the
insurance company by cable the full details of the shipment, including
Contract Number, description of the Goods, quantity, vessel, bill of lading
number and date, port of loading, date of shipment, port of discharge etc.
Upon delivery to the Project Site, the Supplier shall notify the Procuring
Entity and present the following documents as applicable with the
documentary requirements of any letter of credit issued taking precedence:

(i) Original and four copies of the Supplier’s invoice showing Goods’
description, quantity, unit price, and total amount;
(ii) Original and four copies of the negotiable, clean shipped on board
bill of lading marked “freight pre-paid” and five copies of the non-
negotiable bill of lading ;
(iii) Original Supplier’s factory inspection report;
(iv) Original and four copies of the Manufacturer’s and/or Supplier’s
warranty certificate;
(v) Original and four copies of the certificate of origin (for imported
Goods);
(vi) Delivery receipt detailing number and description of items received
signed by the Procuring Entity’s representative at the Project Site;

25
(vii) Certificate of Acceptance/Inspection Report signed by the Procuring
Entity’s representative at the Project Site; and
(viii) Four copies of the Invoice Receipt for Property signed by the
Procuring Entity’s representative at the Project Site.

For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is Ms. Maria Clarissa G. Ogsimer, OIC, Property Section.

Incidental Services –

The Supplier is required to provide all of the following services, including


additional services, if any, specified in Section VI. Schedule of Requirements:
Select appropriate requirements and delete the rest.

a. performance or supervision of on-site assembly and/or start-up of the


supplied Goods;
b. furnishing of tools required for assembly and/or maintenance of the
supplied Goods;
c. furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied Goods;
d. performance or supervision or maintenance and/or repair of the
supplied Goods, for a period of time agreed by the parties, provided
that this service shall not relieve the Supplier of any warranty
obligations under this Contract; and

e. training of the Procuring Entity’s personnel, at the Supplier’s plant


and/or on-site, in assembly, start-up, operation, maintenance, and/or
repair of the supplied Goods.
f. [Specify additional incidental service requirements, as needed.]

The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.
Packaging –

The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in this Contract. The packaging shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to extreme temperatures,
salt and precipitation during transit, and open storage. Packaging case size and
weights shall take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities at all points
in transit.

The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified
below, and in any subsequent instructions ordered by the Procuring Entity.

26
The outer packaging must be clearly marked on at least four (4) sides as follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be


placed on an accessible point of the outer packaging if practical. If not practical
the packaging list is to be placed inside the outer packaging but outside the
secondary packaging.

Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or
DDP, transport of the Goods to the port of destination or such other named place
of destination in the Philippines, as shall be specified in this Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in
the Contract Price.

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.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
DDP, Goods are to be transported on carriers of Philippine registry. In the event
that no carrier of Philippine registry is available, Goods may be shipped by a
carrier which is not of Philippine registry provided that the Supplier obtains and
presents to the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers of
Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.

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.

27
Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof.

2.2 Billing is upon completion of the items indicated in the Schedule of


Requirements. `
4 Aside from inspections to confirm conformity to the technical specifications, the
LTO-CO Inspection Team shall conduct visual inspections that deliveries are
free from defects such as scratches, dents, and delaminated reflective plates,
printing errors, stains, scratches and mutilations of decal plates, among others.
5 Warranty period shall be five (5) years after acceptance by the Procuring
Entity of the delivered Goods.

The period for correction of defects in the warranty period is within thirty
(30) working days.
6 “If the Supplier is a joint venture, All partners to the joint venture shall be
jointly and severally liable to the Procuring Entity.”

28
Section VI. Schedule of Requirements

29
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, Weeks/Months


No.
1. MC Blank Plates 204,000 pcs. 204,000 pcs. a) 204,000 pcs within 90 CD from
(White) receipt of the Notice to Proceed
and Approved Drawing/Layout

2. MC Blank Plates 226,000 pcs. 226,000 pcs. a) 226,000 pcs. within 90 CD


(with Color Strip) from receipt of the Notice to
Proceed and Approved
Drawing/Layout
3. MC Front Decal 204,000 pcs. 204,000 pcs. a) 204,000 pcs. shall be delivered
Plates (White) together with Item 1.a and upon
receipt of the Approved
Drawing/Layout of the white MC
Front Decal Plates

4. MC Front Decal 226,000 pcs. 226,000 pcs. a) 226,000 pcs. shall be delivered
Plates (with Color together with Item 2.a and upon
Strip) receipt of the Approved
Drawing/Layout of the MC Front
Decal Plates with color strips

5. MC RFID Stickers 430,000 pcs. 430,000 pcs. a) 430,000 pcs. within 90 CD from
receipt of the Notice to Proceed
and Approved Drawing/Layout
of the MC RFID stickers

6. Hot Foil 550 rolls 550 rolls a) 550 rolls within 90 CD from
(150mm x receipt of the Notice to Proceed
305meters, Opaque
Black)

7. Thermal Transfer 100 rolls 100 rolls a) 100 rolls within 90 CD from
Ribbon for RFID receipt of the Notice to Proceed
Printer (110mm x
450m, Black,
Resin)
All items shall be delivered at
Property Section, LTO-CO, East
Avenue, Quezon City.

30
Section VII. Technical Specifications

31
Technical Specifications
Item Specification Statement of
Compliance

Bidders must state


here either “Comply”
or “Not Comply”
against each of the
individual parameters
of each Specification
stating the
corresponding
performance
parameter of the
equipment offered.
Statements of
“Comply” or “Not
Comply” must be
supported by evidence
in a Bidders Bid and
cross-referenced to
that evidence.
Evidence shall be in
the form of
manufacturer’s un-
amended sales
literature,
unconditional
statements of
specification and
compliance issued by
the manufacturer,
samples, independent
test data etc., as
appropriate. A
statement that is not
supported by evidence
or is subsequently
found to be
contradicted by the
evidence presented
will render the Bid
under evaluation
liable for rejection. A
statement either in the
Bidders statement of
compliance or the
supporting evidence

32
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).

1. MC FRONT DECAL
The MC front decal shall have a minimum outer dimension
of 85 mm. x 135 mm. and shall be self-adhesive and suitable
for adhesion to the outside of the motorcycle at the front.

The MC front decal shall be made of two (2) layers: retro-


reflective sticker and transparent overlay. Printing of plate
number and other data shall be by thermal transfer printing.
After printing, the printed data must be sealed between the 2
layers and shall be self-destructive upon removal to avoid
transfer to another motorcycle.

The MC front decal shall be supplied ready for use and


printed with the motorcycle plate number. The plate number
series to be printed shall be discussed by the LTO with the
winning bidder.

Covering wax paper liner shall be extended on top and


bottom edges of the sticker for easy peeling.

The printing of MC front decal shall include Plate Number as

33
the visible data and serial number.

The manufacturer/printer of the Motorcycle (MC) decal must


be ISO 14298 certified. The valid/current certification for
the said ISO standard must be submitted together with the
bid proposal.
1.1 Retro-reflective Sheeting

The retro-reflective sheeting of the MC front decal shall have


a smooth, flat outer surface and a pressure sensitive adhesive
on the backside for convenient and durable application to
flat, clean, smooth background surfaces.

It shall consist of enclosed lens glass-beads within a flexible


transparent plastic having a smooth, printable and durable
flat outer surface.

The retro-reflective sheeting shall have directional


watermarks that are an integral part of the sheeting and are
not removable or affected by physical or chemical methods.
The watermarks shall not be able to be copied or reproduced
by commercial means. Once installed, they cannot be
removed without causing irreparable damage to the sheeting.

The retro-reflective sheeting shall meet the minimum


Coefficient of Retro-reflection (RA) in Table 1 when tested
in accordance with ASTM E810, “Standard Test Method for
Coefficient of Retroreflection of Retro-reflective Sheeting
utilizing the coplanar Geometry”.

The coefficient of retro-reflection (RA) shall not be less than


90% of the values in Table 1 for the -4 degree entrance when
tested in accordance with LS-300C and ASTM E810,
“Standard Test Method for Coefficient of Retro-reflection of
Retro-reflective Sheeting utilizing the coplanar Geometry”.

Table 1. Minimum Coefficient of Retro-reflection (RA) *


Observation Angle 0.20
Entrance Angle (β1,
β2=0) -4 degree 40 degree
Color
White (010) 50 15

It shall conform to the daytime color requirements in Table 2


when tested in accordance with ASTM D4956.
Luminance Factor
Chromaticity Coordinates
(Y%)
Colo
r 1 2 3 4
x y x y x y x y Min. Mx

34
Whit
0.30 0.2 0.36 0.35 0.34 0.37 0.27 0.31
e 35 -
3 90 5 4 0 8 8 6
(010
)
Adhesive power (FINAT-TM1 after 24h) adhered to
stainless steel: 17.0 N/25 mm (1 inch)

The MC front decal shall have a color strip pre-printed by


the manufacturer. The number of colors of the strip are at
least (8) colors positioned horizontally either on top or
bottom of the MC front decal representing the 16 regions,
(to be discussed with the winning bidder). The color strip
shall be translucent and meet the following color references:

Color Pantone-Code

Red 186 C
Orange 166 C
Blue 292 C
Green 335 C
Grey 404 C
Brown 7526 C
Pink 252 C
Purple 2735 C
The manufacturer of the retro-reflective sheeting material
must be ISO 9001, ISO 14001 certified.

The retro-reflective sheeting manufacturer’s valid/current


Certifications for the above-mentioned ISO standards shall
be submitted with the bid proposal.

1.2 Transparent Overlay


The printed MC front decal shall be laminated with a
transparent overlay film to ensure durability and scratch-
resistance.

The transparent overlay shall be made of clear gloss PET


film with a permanent pressure-sensitive acrylic adhesive to
create a strong bond to the reflective sheeting.

Thickness of the overlay shall be 25 microns +-10%


Thickness of adhesive shall be 24 microns +- 4 microns
1.3 Size
MC Front Decal shall have the following dimensions:

Reflective Sticker

Length: 135.0 mm +- 1.0 mm


Width: 85.0 mm + - 1.0 mm
Corner radius: 10.0 mm

35
Transparent Overlay

Length: 143.0 mm +- 1.0 mm


Width: 93.0 mm + - 1.0 mm
1.4 Directional Security Markings/ Watermarks

Each MC front decal shall display minimum 2 directional


watermarks on a fixed horizontal line. The watermarks shall
be an integral part of the retro-reflective sheeting and must
not be removable by chemical or physical means from the
blank plate without irreparable damage to the reflective
sheeting. The directional watermarks shall be embedded in
the deeper layers of the reflective sheeting. Every second
watermark on the horizontal line shall be rotated by 180°.

The design and layout of the directional watermarks shall be


discussed with the awarded supplier.
1.5 2D Bar Code
The 2D Bar code shall be printed on the reflective sheeting.
The data/information in the 2D bar code shall be stored in a
digital signature envelope which can be verified offline using
ISO / IEC 20248. The data format for the 2D barcode must
comply with the existing software (Order Management
System) used by LTO and shall be discussed with the
awarded bidder.

The size of the 2D barcode shall be 15mm x 15mm +/- 2mm.

Supplier must secure its own ISO / IEC 20248 DigSig


infrastructure including confirmation of registry at
“repository.20248.org/diads”.

The certified true copy of the print-out of the registry at


“repository.20248.org/diads” shall be submitted together
with the bid proposal.

1.6 Printed Information


The MC front decal shall be pre-printed with the motorcycle
plate number as per instruction from LTO. The printed MC
front decal shall be packed in batches of 100 decals in
consecutive order and each batch shall be clearly marked
with the start and end number as well as the color assigned to
the region.

An electronic packing list including box / batch number, start


and end number, serial number contained in 2D barcode shall
be provided by the awarded supplier.

The box provided by the winning bidder shall be color


coded/marked to identify the color strip of the decal

36
representing the regions.

The MC front decal shall be ready to use with printed


instructions on the liner.
1.7 Durability
The MC front decal must be guaranteed to last for a period of
at least five (5) years.

Supplier must submit proof of the following tests showing


satisfactory test results for MC front decal offered:

1) ISO7591:1982-12

a. Minimum values of coefficient of retro-reflection


b. Uniformity of retro-reflection measurement
c. Colorimetric properties by day
d. Colorimetric properties at night
e. Temperature resistance
f. Adhesion to the substrate
g. Water resistance test
h. Cleanability test
i. Resistance to fuel
j. Resistance to saline mist
k. Durability

The Satisfactory Test Results of the above-mentioned tests


must be submitted with the bid proposal.

All test must be done by independent laboratory having a


valid/current ISO 17025 accreditation.

The valid/current ISO 17025 accreditation of the laboratory


which conducted the tests must be submitted together with
the bid proposal.

2) Mar resistance of top coats in brush-type car wash as per


VCS 1024,369
1.8 Testing of the MC Front Decal
For purposes of testing the adhesion, self-destruction, plate
number readability and reflectivity of the MC front decal, the
supplier shall be required to submit ten (10) samples of MC
front decal printed with sample plate number with the
required alpha-numeric font size (40mm). The decal
samples shall be submitted together with the bid proposal
2. MC BLANK PLATES

2.1 Aluminum Substrate


The aluminum substrate shall have minimum of one (1) LTO
and one (1) supplier’s logo etched on the backside of each
plate. Design and position shall be provided by LTO to the

37
winning bidder. The aluminum substrate should be either EN
AW1200 or EN AW1050 with H42 Temper in accordance
with EN 573-3. Thickness shall be at minimum of 0.98 mm.
to a maximum of 1.0 mm with tolerance of +/- 0.03 mm
according to EN 485-4.

The backside of the aluminium shall be pre-treated and


coated with protective matt transparent lacquer in
approximately 3 µm. thickness. The aluminium manufacturer
must be ISO 9001 and ISO 14001 certified.

2.2 Retro-reflective Sheeting

The retro-reflective sheeting of the license plates shall be flat


and smooth and contain directional watermark as integral
part of the retro-reflective sheeting.

The retro-reflective material shall be applied to the corrosion


resistant substrate to form a durable bond with the substrate
and resist impact and bending. It has to be embossable to a
minimum height of 1.5 mm. and a maximum of 2.0 mm. to
form letters and numbers in relief.

The minimum coefficient of retro-reflection of the retro-


reflective area shall not be less than specified in Table 1
below. Measurements shall be made in accordance with the
procedures defined in CIE publication No. 54, 1982 using
CIE standard illuminant A and with the entrance and
observation angles in the same plane.

Table 1: Background Colour - Minimum coefficient of retro-


reflection (cd/lx/lm2)

Typical Values for the Coefficient of retroreflection (new


sheeting, measured using CIE standard illuminant A, and the
provisions of CIE No. 54.2):

Table 1-Specific Coefficient of


Retroreflection in cd (lx m2)

Observation
0.2* 0.33*
Angle
Entrance
5* 30* 5* 30*
Angle
White 60 35 50 30

38
Red 14 8 12 7
Orange 17 12 14 10

Blue 35 30 35 22

Green 14 8 12 7
Brown 19 14 17 12

Grey 30 19 26 16
Pink 17 12 14 10
Purple 4 2 3 1
Yellow 42 24 37 22
Maximum
100
Colors
The colour of the retro-reflective of the plate is white
background with colored strip embedded in the reflective
sheeting. The number of colors of the strips are least eight
(8) colors positioned horizontally either on the top or bottom
of the plate representing the 16 Regions. The colors used in
the retro-reflective sheeting of the plates shall be compliant
with the International Standard ISO 7591 and ISO 3864
when measured in accordance to the provisions of CIE No.
15.2. They shall comply with the requirement of Table 2
below.

[table 2: Background Colour]

Colour specification limits for new sheeting at daylight (new


sheeting, measured in accordance with CIE No. 15.2))

39
The manufacturer of the retro-reflective sheeting must be
ISO 9001 and ISO 14001 certified.

2.3 Size
MC blank plates shall comply with the following
dimensions:

a. Flat Plate:

Length: 235.0 mm +- 0.5mm


Width: 136.20 mm +- 0.5mm
Corner Radius: 12.5 mm

b. Finished Plate:

Length: 233.8 mm +- 0.5 mm


Width: 135.0 mm +- 0.5 mm
Corner Radius: 11.9 mm
Embossing Height: 1.8 mm +- 0.2 mm
Coloured Border: 3 mm +- 0.5 mm
Holes: 2 oblong holes
Thickness: 0.98 mm +- 0.03 mm

The MC blank plates shall be accompanied by an RFID


Headlamp Sticker suitable for application on motorcycle
headlamps.

40
2.4 Directional Security Markings /Watermarks

Two (2) directional watermarks shall be an integral part of


the retro-reflective sheeting and must not be removable by
chemical or physical means from the blank plate without
irreparable damage to the reflective sheeting. The directional
watermarks shall be embedded in the deeper layers of the
reflective sheeting at a fixed position on each plate – one in a
top corner and one in a bottom corner of the plate. The
watermark in the bottom corner shall be rotated by 180̊.

The design and layout of the directional watermarks shall be


discussed with the winning bidder.

2.5 Laser engraved 2D Bar code

The 2D Bar code shall be engraved in deeper layers of the


reflective sheeting bonded to the aluminium substrate. The
data/information in the 2D bar code shall be stored in a
digital signature envelope which can be verified offline using
ISO / IEC 20248. The data and data format for the 2D
barcode must comply with the existing software (Order
Management System) used by LTO and shall be discussed
with the winning bidder. The size of the 2D barcode shall be
17mm x 17mm +/-2mm.

Bidder must secure its own ISO/IEC 20248 DigSig


infrastructure including confirmation of Registry at
“repository.20248.org/daids”

2.6 Durability

The MC blank plate must be guaranteed to last for a period


of at least five (5) years. The blank plates must be able to
comply with the testing procedures based on ISO 7591 test
methods. Full ISO 7591 Test Reports must be done by
independent laboratory having a valid/current ISO17025
accreditation. The test reports must be submitted during bid
submission. The submission of the test reports shall be
accompanied by the certified true copy of the laboratory’s
valid, unexpired ISO17025 accreditation certificate.

The blank plates tested under the temperature test should not
show changes in color, or blistering, cracking, flaking and
corrosion.

The Cohesive Strength after embossing shall not be affected.


The bond of the retro-reflective sheeting with the aluminium
substrate should show no signs of delamination on the
embossed characters or peeling on the edges of the license

41
plates.

3.0 RFID Stickers for Motorcycles (MC)

3.1 RFID Headlamp Sticker for MC

The MC RFID headlamp sticker shall be made of a two (2)


layers: transparent holographic label and an inlay label with
chip and antenna. MC RFID Headlamp sticker must use self-
destructive material and shall have a black spot print at the
chip location from the Headlamp side.

Covering wax paper liner shall be extended on all edges of


the sticker for easy peeling.

The printing of MC RFID should include Plate Number only


as the visible data and the machine-readable 2D barcode.

The RFID chip shall have the following minimum technical


specifications:
- UHF RFID chip according to ISO/IEC 18000-63 and
EPC Global Gen 2 V2.0
- Long read/write ranges due to excellent chip sensitivity

- An option to upgrade to Advance Encryption Standard


(AES) cryptographic authentication of 128-bit
encryption in accordance with ISO/IEC 29167-10 for
proof of origin is required.
- AES Keys must be set and activated by the supplier
- With a minimum of 3 kbit of user memory with
BlockPermalock
- 96 Bit Unique Tag Identifier (TID), factory locked
with 48 bit unique serial number
- Minimum 200-bit EPC
- 32-bit kill password and 32-bit access password

An option to upgrade to the use of the following:

1. Tag authentication via 128-bit AES unique crypto


key
2. Privacy protection via Untraceable command
- READ sensitivity: -19 dBm
- AES authentication sensitivity: -18 dBm

- WRITE sensitivity: -11 dBm


- WRITE speed: 32 bits per 1.5 milliseconds
- MC RFID Headlamp Sticker shall be delivered pre-
serialized with its TID programmed to the tag in
accordance with ISO/IEC 20248

42
- All data shall be stored on the chip in an ISO/IEC 20248
digital signature envelope. All chip data shall be
verifiable when offline. ISO/IEC 20248 shall be used for
data structure verification.

The MC RFID headlamp sticker shall be supplied on carrier


paper in roll format suitable for printing of registration
number and 2D barcode and encoding by desktop encoding
machines. The carrier paper shall be printed with instructions
on how to apply the MC RFID headlamp sticker onto the
MC headlamp.

After printing, the printed data must be able to be sealed


between the 2 layers of the headlamp tag by folding
mechanism.

A serial number as the Tag ID must be stored in the EPC of


the chip in an ISO/IEC 20248 digital signature envelope.

The MC RFID headlamp sticker shall be self-adhesive and


suitable for adhesion to the outside of the MC headlamp. It
shall be self-destructive upon removal to avoid transfer to
another headlamp.

The MC headlamp RFID Sticker shall have an optical


security features with the transparent customized holographic
design to be discussed with the winning bidder.

The transparent hologram shall include guilloche lines,


achromatic and kinematic effects and animation.

Maximum outer dimensions of the MC RFID Headlamp


sticker shall be 100 mm. x 25 mm.

3.2 Performance

The MC RFID headlamp Sticker – when applied to the


outside of the MC headlamp – shall be able to be
detected/identified as well as authenticated (incl. additional
enciphered data) with AES-128 bit according to ISO/IEC
2916710 up to a vehicle speed of 200km/hr by using an
antenna position of 5.5 meters above the road surface.

The minimum reading distance in an anechoic chamber


using 4W EIRP @ 920 Mhz is 10m on glass and 20m on
headlamp.

The MC RFID sticker must be tested to be working in a


frequency range of 860 MHz to 960 MHz and passed the
Conformance Test in accordance with ISO/IEC 18047-

43
6:2017 validating that the finished RFID sticker is working
in the given frequency range as influenced by the antenna
structure built into the RFID sticker.

The MC RFID sticker must passed the Performance Test (tag


identification and sensitivity degradation for tag
identification) in accordance with ISO/IEC 18046-3:2020 to
prove the reading range of the RFID sticker at a given
frequency to ensure it is suitable for reading in a moving
vehicle.

The RFID sticker Conformance and Performance tests


should be conducted by a laboratory having a valid/current
ISO 17025 accreditation.

3.3 Durability

The MC RFID Stickers must be guaranteed to last for a


period of at least five (5) years.

Bidder must submit proof of the following tests showing


satisfactory test results for the RFID Headlamp Tags offered:
Temperature Stability and Water Resistance according to
ISO 7591, UV Weathering according to ISO 105-B02, and
ISO 20653 classification IPX5

The above tests must be conducted by an independent


laboratory having a valid/current ISO 17025 accreditation.

4.0 The participating bidder must be a manufacturer of


license plates of at least the past ten (10) years and supplier
of RFID Stickers of at least the past five (5) years. The
bidder is required to show/submit documentary proof of its
manufacturing experience and supply references which shall
be submitted together with the bid documents.

5. Compliance with the Materials to be used:

To be submitted together with the Bid Documents:

a. One (1) certified true copy of authorized distributorship


issued by the manufacturers of reflective sheeting
material, aluminum substrate, and RFID stickers.

b. One (1) certified true copy of technical bulletin/technical


data sheet/technical description for the Reflective
Sheeting material, Aluminum Substrate and RFID Chip
and Sticker.

44
c. One (1) certified true copy of certificate of conformance
test reports (Full ISO7591 Test) on reflective plates,
conducted by an independent laboratory having
ISO17025 accreditation. The test reports must be
accompanied with the certified true copy of the
laboratory’s valid/current ISO17025 accreditation
certificate.

d. Two (2) samples MC blank plates with 2D bar code with


DigSig generated from the bidder’s own ISO/IEC 20248
DigSig Infrastructure.

e. ISO 9001 and ISO 14001 Certification of Aluminum


Substrate, Reflective Sheeting manufacturer.

f. Proof of bidder’s own ISO/IEC 20248 DigSig


infrastructure including confirmation of Registry at
“repository.20248.org”, providing a certified true copy
of print-out of the said Registry
g. Documentary proof of bidder’s license plate
manufacturing experience of at least the past ten (10)
years and supplier of RFID Stickers of at least the past
five (5) years, supporting the same with supplier and/or
customer references.
h. RFID sticker Conformance Test Report in accordance
with ISO/IEC 18047-6:2017, as well as the RFID sticker
Performance Test Report in accordance with ISO/IEC
18046-3:2020 for the RFID sticker to be supplied. The
tests should be conducted by a laboratory having a
valid/current ISO 17025 accreditation.

The above test reports must be accompanied with the


valid/current ISO 17025 accreditation certificate of the
laboratory.

To be submitted during post-qualification evaluation

i. Report on the actual road test on MC RFID Headlamp


Sticker applied to the outside of the MC headlamp,
which shall be able to be detected/identified as well as
authenticated (incl. additional enciphered data) with
AES-128 bit according to ISO/IEC 29167-10 up to a
vehicle speed of 200km/hr by using an antenna position
of 5.5 meters above the road surface.

45
j. RFID test report that the minimum reading distance in an
anechoic chamber is 10 meters on glass and 20 meters on
Headlamp using 4W EIRP at 920 Mhz

k. RFID Headlamp Tag Test Results for: Temperature


Stability and Water Resistance according to ISO 7591,
UV Weathering Test according to ISO 105-B02, and ISO
20653 classification IPX5. The above tests must be
conducted by independent laboratory having
valid/current ISO 17025 accreditation certificate. The test
results must be accompanied with the certified true copy
of the laboratory’s certificate.
6.0 Hot Stamping Foil

Should be compatible with the proposed MC plate’s


reflective sheeting. The hot stamping foil has a size of
150mm x 305meters. The Color is Opaque Black.

7.0 Thermal Transfer Ribbon for MC RFID Sticker


Printer

Should be compatible with the offered MC RFID headlamp


sticker and with the existing MC RFID headlamp sticker
printer, Zebra ZT410.

8.0 Testing of the MC Blank Plates and Printing of RFID


Stickers

For purposes of testing the quality of the MC blank plates,


the bidder shall be required to submit at least two (2)
samples of MC blank plates with 2D barcode generated from
the bidder’s own ISO 20248 DigSig infrastructure for each
color strip and for white MC blank plates which will be used
for the actual test processing using the existing LTO plate-
making machine.

The 2D barcode should be compatible with the existing LTO


system for embossing process.

Headlamp RFID sticker samples (to be paired with each


sample MC blank plate) shall also be tested for printing
using the existing LTO Zebra ZT410 printer.

Samples for consumables as herein specified for the above-


mentioned testing requirements such as the hot stamping foil
and thermal transfer ribbon shall be supplied by the bidder to
determine compatibility to the existing plant equipment.

46
The processed MC plates should show no signs of
delamination on the embossed characters or peeling on the
edges of the license plates, cracking, flaking and incomplete
pigmentation on the embossed characters and borders.

47
Terms of Reference
1. PROJECT TITLE

Procurement of Additional Motorcycle Blank Metal Plates, Motorcycle Front


Decal Plates, RFID Stickers, Hot Stamping Foil, Thermal Transfer Ribbon for
CY 2022
PROJECT OBJECTIVES

A. Objectives

1. To supply new motorcycle (MC) plates to new registrants.


2. To implement an efficient and effective MC Identification process utilizing the
latest technologies involving security features and design, in compliance with
international standards.

3. To produce MC Plates.
4. To eliminate fake license plates.
5. To mitigate and protect against carnapping, colorum and smuggling.

2. PROJECT SCOPE

Procurement of Additional Motorcycle Blank Metal Plates, Motorcycle


Front Decal Plates, RFID Stickers, Hot Stamping Foil, Thermal Transfer
Ribbon for CY 2022
3. TECHNICAL REFERENCES, REQUIREMENTS AND DELIVERABLES

A. Terms and Definitions

Retro-reflective sheeting
A multi-layer film with micro retro-reflective beads near the exposed surface embedded with
the LTO security images or directional watermark.

Laminated aluminium substrate


Rectangular shaped aluminum substrate bonded with retro-reflective sheeting material.

48
Laser-Engraved 2D Bar Codes

It is a laser-engraved two dimensional (2D) secure quick response Bar code on the reflective
sheeting bonded to the aluminum substrate. The Bar Code shall display a unique laser-
encrypted sequential number.

Luminance
Measure of intensity or brightness of the reflective material.
Retro Reflective
Reflection which light is reflected in directions back or close to the direction of its source.

B. Technical Requirements

1.0 Materials

1.1 Aluminum
The aluminum substrate shall have minimum of one (1) LTO and one (1) supplier’s logo
etched on the backside of each plate. Design and position shall be provided by LTO to the
winning bidder.

The aluminum substrate should be either EN AW1200 or EN AW1050 with H42 Temper
according to EN 573-3. Thickness shall be at a minimum of 0.98 mm. to a maximum 1.0 mm.
with tolerance of +/- 0.03 mm. according to EN 485-4.

The back side of the aluminum shall be pre-treated and coated with protective matt
transparent lacquer in approx. 3µm. thickness. The aluminum manufacturer must be ISO
9001 and ISO 14001 certified.

1.2 Retro-reflective Material


The retro-reflective sheeting of the number plates shall be flat and smooth and contain
directional watermark as integral part of the retro-reflective sheeting.

The retro-reflective material shall be applied to the corrosion resistant substrate to form a
durable bond with the substrate and resist impact and bending. It has to be embossable to a
height of minimum 1.5 mm. and maximum 2.0 mm. to form letters and numbers in relief.

49
The minimum coefficient of retro-reflection of the retro-reflective area shall not be less than
specified in Table 1 below. Measurements shall be made in accordance with the procedures
defined in CIE publication No. 54, 1982 using CIE standard illuminant A and with the
entrance and observation angles in the same plane.

Table 1 : Background Colour – Minimum coefficient of retro-reflection (cd/lx/m2)


Typical Values for the Coefficient of retro-reflection (new sheeting, measured using CIE
standard illuminant A, and the provisions of CIE No. 54.2):

Table 1-Specific Coefficient of Retroreflection in cd (lx m2)

Observation Angle 0.2* 0.33*

Entrance Angle 5* 30* 5* 30*


White 60 35 50 30
Red 14 8 12 7
Orange 17 12 14 10
Blue 35 30 35 22
Green 14 8 12 7
Brown 19 14 17 12
Grey 30 19 26 16
Pink 17 12 14 10
Purple 4 2 3 1
Yellow 42 24 37 22
Maximum Colors 100

The colour of the retro-reflective background of the plate is white background with colored
strip embedded in the reflective sheeting. The number of colors of the strips are least eight (8)
colors positioned horizontally either on the top or bottom of the plate representing the 16
regions. The details of the color strip will be discussed with the winning bidder. The colors
used in the retro-reflective sheeting of the plate shall be compliant with International
Standard ISO 7591 and ISO 3864 when measured in accordance to the provisions of CIE No.
15.2. They shall comply with the requirements of Table 2 below.

[table 2: Background Colour]

Colour specification limits for new sheeting at daylight (new sheeting, measured in
accordance with CIE No. 15.2)

50
Table 2- Chromaticity Coordinates

Luminance
1 2 3 4 Factor
Colours
x y x y x y x y

White 0.303 0.300 0.368 0.366 0.340 0.393 0.274 0.329 >= 0.35

Red 0.648 0.351 0.735 0.265 0.629 0.281 0.565 0.346 >= 0.03

Orange 0.558 0.352 0.636 0.364 0.570 0.429 0.506 0.404 >= 0.1

Blue 0.220 0.250 0.220 0.330 0.250 0.330 0.250 0.250 >= 0.18

Green 0.026 0.399 0.166 0.364 0.286 0.446 0.207 0.771 >=0 0.04

Brown 0.430 0.340 0.610 0.390 0.550 0.450 0.430 0.390 >= 0.03

Grey 0.303 0.300 0.368 0.366 0.340 0.393 0.274 0.329 >= 0.08

Pink 0.335 0.190 0.335 0.240 0.385 0.240 0.385 0.190 >=0.08

Purple 0.181 0.069 0.270 0.220 0.230 0.250 0.103 0.246 >= 0.01

Yellow 0.498 0.412 0.557 0.442 0.479 0.520 0.438 0.472 >=0.25

The manufacturer of the retro-reflective sheeting must be ISO 9001 and ISO 14001 certified.

1.3 Size

MC blank plates shall comply with the following dimensions as per attached drawing.

a. Flat Plate:

Length: 235.0 mm +- 0.5mm


Width: 136.2 mm +- 0.5mm
Corner Radius: 12.5 mm

b. Finished Plate:

Length: 233.8 mm +- 0.5 mm


Width: 135.0 mm +- 0.5 mm

51
Corner Radius: 11.9 mm
Embossing Height: 1.8 mm +- 0.2 mm
Coloured Border: 3 mm +- 0.5 mm

Holes: 2 oblong holes

Thickness: 0.98 mm +- 0.03 mm

The MC blank plates shall be accompanied by an RFID Headlamp Sticker suitable for
application on motorcycle headlamps.

1.4 Directional Security Markings / Watermarks

Two (2) directional watermarks per license plate shall be an integral part of the retro-
reflective sheeting and must not be removable by chemical or physical means from the blank
plate without irreparable damage to the reflective sheeting. The directional watermarks shall
be embedded in the deeper layers of the reflective sheeting at a fixed position on each plate,
one in a top corner and one in a bottom corner of the plate. The Watermark in the bottom
corner shall be rotated by 180̊. The design of the directional watermarks shall be provided to
the winning bidder.

1.5 Laser Engraved 2D Barcode

The 2D bar code shall be engraved in deeper layers on the reflective sheeting bonded to the
aluminum substrate. The data in the 2D bar code shall be stored in a digital signature
envelope which can be verified even offline using ISO / IEC 20248. The data and data format
for the 2D barcode must comply with the existing software used by LTO and shall be
discussed with the winning bidder. The size of the 2D barcode shall be 17mm x 17mm +/-
2mm.

The bar code shall have the option to include hidden information for official use only which
is to be determined by the LTO and the winning bidder.
All data in the 2D bar code shall be stored in an ISO/IEC 20248 digital signature envelope.
All data shall be verifiable when offline. ISO/IEC 20248 shall be used for data structure
verification and for ISO/IEC 29167-10 key management

52
The 2D bar code shall be laser engraved into the deeper layers of the reflective and must not
be surface printed. The sheeting surface must remain intact. The 2D bar code must not be
removable by chemical or physical means from the retro-reflective sheeting without
irreparable damage to the reflective sheeting. The exact format, design and position shall be
provided to the winning bidder.

Bidder must secure its own ISO/IEC 20248 DigSig infrastructure and must include registry at
“repository.20248.org/daids”

1.6 Durability
The MC blank plates must be guaranteed to last for a period of at least five (5) years. The
license plate must be able to comply with the Full ISO7591 testing procedures. The Full ISO
7591 Test Reports must be submitted during bid submission.

Full test reports must be done by independent laboratory having a valid/current ISO 17025
accreditation or from similar international accreditation body vouching for the laboratory’s
competence. The test reports must be submitted during the bid submission. The submission of
the test reports shall be accompanied by the certified true copy of the laboratory’s valid,
unexpired ISO 17025 accreditation certificate.

1.7 Temperature
On Temperature Test requirement under the full ISO 7591 test, the license plates tested
should show no changes in color, or blistering, cracking, flaking and corrosion.

1.8 Cohesive Strength

After embossing the bond of the retro-reflective sheeting with the aluminum substrate should
show no signs of delamination on the embossed characters or peeling on the edges of the
license plates.

2.0 RFID Stickers for Motorcycles

2.1 RFID Headlamp sticker for MC

The MC RFID headlamp sticker shall be made of a two (2) layers: transparent holographic
label and an inlay label with chip and antenna. MC RFID headlamp sticker must use self-

53
destructive material and shall have a black spot print at the chip location from the Headlamp
side.

The MC RFID headlamp sticker shall be self-adhesive and suitable for adhesion to the
outside of the MC headlamp. It shall be self-destructive upon removal to avoid transfer to
another headlamp.

The printing of MC RFID should include Plate Number only as the visible data and the
machine-readable 2D barcode.

The MC headlamp RFID Sticker shall have an optical security features with the transparent
customized holographic design to be discussed with the winning bidder.

2.2 Performance

Bidder must submit a test report confirming that the MC RFID headlamp Sticker – when
applied to the outside of the MC headlamp – shall be able to be identified as well as
authenticated (incl. additional enciphered data) with AES
-128 bit according to ISO/IEC 29167-10 up to a vehicle speed of 200km/hr by using an
antenna position of 5.5 meters above the road surface.

The bidder must submit a test report that the minimum reading distance in an anechoic
chamber using 4W EIRP @ 920 Mhz is 10m on glass and 20m on headlamp.

The test report on the RFID sticker shall include the Conformance Test in accordance with
ISO/IEC 18047-6:2017 and Performance Test in accordance with ISO/IEC 18046-3:2020

2.3 Durability
The headlamp stickers must be guaranteed to last for a period of at least five (5) years. Bidder
must submit proof of the following tests showing satisfactory test results for the RFID
Headlamp Tags offered: Temperature Stability and Water Resistance according to ISO 7591,
UV Weathering according to ISO 105-B02, and ISO 20653 classification IPX5

2.4 RFID Chip Technology

The RFID chip technology used for RFID Stickers for MC shall have the following features:
- UHF RFID chip according to ISO/IEC 18000-63 and EPC Global Gen 2 V2.0
- Long read/write ranges due to excellent chip sensitivity
- An option to upgrade to Advance Encryption Standard (AES) cryptographic
authentication of 128-bit encryption in accordance with ISO/IEC 29167-10 for proof of
origin is required.
- AES Keys must be set and activated by the supplier
- With a minimum of 3 kbit of user memory with BlockPermalock
- 96 Bit Unique Tag Identifier (TID), factory locked with 48 bit unique serial number
- Minimum 200-bit EPC
- 32-bit kill password and 32-bit access password

54
An option to upgrade to the use of the following:

1.Tag authentication via 128-bit AES unique crypto key


2.Privacy protection via Untraceable command
- READ sensitivity: -19 dBm
- AES authentication sensitivity: -18 dBm

WRITE sensitivity: -11 dBm


- WRITE speed: 32 bits per 1.5 milliseconds
- MC RFID Headlamp Sticker shall be delivered pre-serialized with its TID programmed to
the tag in accordance with ISO/IEC 20248

All data shall be stored on the chip in an ISO/IEC 20248 digital signature envelope. All chip
data shall be verifiable when offline. ISO/IEC 20248 standard shall be used for data structure
verification.

3.0 The participating bidder must be a manufacturer of license plates for at least the past ten
(10) years and supplier of RFID stickers of at least the past five (5) years.

4.0 Compliance with the Materials to be used:


a. One (1) certified true copy of authorized distributorship issued by the
manufacturers of reflective sheeting material, aluminum substrate and RFID
stickers.
b. One (1) certified true copy of technical bulletin for the reflective sheeting
material, aluminum substrate and RFID chip and Sticker.

c. One (1) certified true copy of certificate of conformance test report conducted
by an independent laboratory having an ISO 17025 accreditation on the
reflective plates according to ISO 7591
d. Two (2) samples of finished MC blank plates with 2D bar code generated
from the bidder’s own ISO20248 DigSig infrastructure
e. ISO 9001 and ISO 14001 Certification of Aluminum Substrate, Reflective
Sheeting manufacturer.
f. Proof of ISO/IEC 20248 infrastructure including confirmation of registry at
“repository.20248.org”
g. RFID Headlamp Sticker Test Reports for:
-Temperature Stability and Water Resistance according to ISO 7591
-UV Weathering test according to ISO 105-B02
-ISO 20653 classification IPX5

The above tests must be conducted by an independent laboratory having


valid/current ISO 17025 accreditation certificate. The test reports must be
accompanied with the certified true copy of the laboratory’s ISO 17025
accreditation certificate.

55
The bidder must submit an actual road test report on MC RFID Headlamp
Sticker applied to the outside of the MC headlamp, which shall be able to be
detected/identified as well as authenticated (incl. additional enciphered data) with

-128 bit according to ISO/IEC 29167-10 up to a vehicle speed of 200km/hr by


using an antenna position of 5.5 meters above the road surface

The bidder must submit a test report that the minimum reading distance in an
anechoic chamber is 10 meters on glass and 20 meters on Headlamp using 4W
EIRP AT 920Mhz

5.0 Hot Stamping Foil

Should be compatible with the proposed MC plate’s reflective sheeting. The hot stamping foil
has a size of 150mm x 305m. The color is Opaque Black.

6.0 Thermal Transfer Ribbon for MC RFID Sticker Printer

Should be compatible with the offered MC RFID headlamp sticker and with the existing MC
RFID headlamp sticker printer, Zebra ZT410.

7.0 Testing of the MC Blank Plates and Printing of RFID Stickers

For purpose of testing the quality of the MC blank plates, the bidder shall be required to
submit at least two (2) samples of MC blank plates of each color strip and white MC blank
plates with 2D bar code generated from the bidder’s own ISO/IEC 20248 DigSig
Infrastructure which will be used for the actual test processing using the existing LTO plate-
making machine

The 2D barcode should be compatible with the existing LTO system for embossing process.

A roll of MC RFID headlamp sticker samples to be paired with each sample blank metal plate
shall also be tested for printing using the existing LTO Zebra ZT410 printer.

Samples for consumables as herein specified for the abovementioned testing requirements
such as the hot stamping foil and thermal transfer ribbon shall be supplied by the bidder to
determine compatibility to the existing plant equipment.

The processed MC plates should show no signs of delamination on the embossed characters
or peeling on the edges of the license plates, cracking, flaking and incomplete pigmentation
on the embossed characters and borders.

56
Section VIII. Checklist of Technical and
Financial Documents

57
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents


Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its
equivalent document,
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved
by the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (e) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
⬜ (f) Statement of the bidder’s Single Largest Completed Contract (SLCC)
similar to the contract to be bid, except under conditions provided for in
Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184,
within the relevant period as provided in the Bidding Documents; and
⬜ (g) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
⬜ (h) Conformity with the Technical Specifications, which may include
production/delivery schedule, manpower requirements, and/or after-
sales/parts, if applicable; and
⬜ (i) 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
⬜ (j) The Supplier’s audited financial statements, showing, among others, the
Supplier’s total and current assets and liabilities, stamped “received” by the
BIR or its duly accredited and authorized institutions, for the preceding
calendar year which should not be earlier than two (2) years from the date of
bid submission; and
⬜ (k) The prospective bidder’s computation of Net Financial Contracting

58
Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu
of its NFCC computation.

Class “B” Documents


⬜ (l) If applicable, a duly signed joint venture agreement (JVA) in case the joint
venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (m) Original of duly signed and accomplished Financial Bid Form; and
⬜ (n) Original of duly signed and accomplished Price Schedule(s).

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


⬜ [For foreign bidders claiming by reason of their country’s extension of
(o)
reciprocal rights to Filipinos] Certification from the relevant government
office of their country stating that Filipinos are allowed to participate in
government procurement activities for the same item or product.

(p)
⬜ Certification from the DTI if the Bidder claims preference as a Domestic
Bidder or Domestic Entity.

III. Other Documentary Requirements as stated in Section VII, Technical


Specifications

MC Aluminum Blank Plates and RFID Stickers

a. One (1) certified true copy of authorized distributorship certificate issued by the
manufacturers of reflective sheeting material, aluminum substrate, and RFID
stickers.

b. One (1) certified true copy of technical bulletin/technical data sheet/technical


description for the Reflective Sheeting material, Aluminum Substrate and RFID
Chip and Sticker.

c. One (1) certified true copy of certificate of conformance test reports (Full
ISO7591 Test) on reflective plates, conducted by an independent laboratory
having ISO17025 accreditation. The test reports must be accompanied with the
certified true copy of the laboratory’s valid/current ISO17025 accreditation
certificate.

d. Two (2) samples MC blank plates with 2D bar code with DigSig generated
from the bidders own ISO/IEC 20248 DigSig Infrastructure.

e. ISO 9001 and ISO 14001 Certification of Aluminum Substrate, and Reflective

59
Sheeting manufacturer.

f. Proof of bidders own ISO/IEC 20248 DigSig infrastructure including


confirmation of Registry at repository.20248.org, providing a certified true
copy of print-out of the said Registry.

g. Documentary proof of bidders license plate manufacturing experience of at


least the past ten (10) years and supplier of RFID Stickers of at least the past
five (5) years, supporting the same with supplier and/or customer references.

h. RFID sticker Conformance Test Report in accordance with ISO/IEC 18047-


6:2017, and the RFID sticker Performance Test Report in accordance with
ISO/IEC 18046-3:2020 for the RFID sticker to be supplied. The tests should be
conducted by a laboratory having a valid/current ISO 17025 accreditation.

The above test reports must be accompanied with the valid/current ISO 17025
accreditation certificate of the laboratory.

MC Front Decal Plates

i MC decal manufacturer/printer’s current Certification for ISO 14298 standards.


a.
j. Retro-reflective sheeting manufacturer’s current Certifications for ISO 9001
and ISO 14001 standards

k. Satisfactory Test Results on the durability of the MC front decal in accordance


with ISO 7591:1982-12

l. Current ISO 17025 accreditation of the laboratory which conducted the test in
accordance to ISO7591:1982-12

m. The certified true copy of the print-out of the registry at


“repository.20248.org/diads” shall be submitted together with the bid
proposal.

n. Ten (10) samples of MC decal with the required dimension and printed with
the sample alpha-numeric plate number with the required font size

IV. Other Documentary Requirements as stated in Section III, Bid Data


Sheet

a. A certification under oath shall be submitted by the bidder certifying


that they have no pending case(s) against the Government, pursuant to
Memorandum Circular issued by the DOTr Undersecretary for Legal
Affairs and Procurement dated 26 June 2018 requiring all prospective
bidders to submit the aforesaid certification in addition to the eligibility
requirements prescribed under the 2016 Revised IRR of R.A. 9184. (to be
submitted with the bid proposal)

60
APPENDIX “1”

Bid Form for the Procurement of Goods


[shall be submitted with the Bid]
_________________________________________________________________________

BID FORM
Date : _________________
Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the
Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and
figures] or the total calculated bid price, as evaluated and corrected for computational errors,
and other bid modifications in accordance with the Price Schedules attached herewith and
made part of this Bid. The total bid price includes the cost of all taxes, such as, but not
limited to: [specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii)
local taxes, and (iv) other fiscal levies and duties], which are itemized herein or in the Price
Schedules,

If our Bid is accepted, we undertake:

a. to deliver the goods in accordance with the delivery schedule specified in the Schedule of
Requirements of the Philippine Bidding Documents (PBDs);

b. to provide a performance security in the form, amounts, and within the times prescribed in the
PBDs;

c. to abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us
at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner:


Commissions or gratuities, if any, paid or to be paid by us to agents relating to this
Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of


of agentCurrencyCommission or gratuity

________________________________________________
________________________________________________
________________________________________________
(if none, state “None”) ]

Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.

61
We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive.

We certify/confirm that we comply with the eligibility requirements pursuant to the


PBDs.

The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].

We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________
Legal capacity: _____________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________

62
For Goods Offered From Abroad

Name of Bidder . Invitation to Bid3 Number __. Page of


.

1 2 3 4 5 6 7 8 9
Item Description Cou Quantity Unit price CIF Total CIF or Unit Price Unit price Total Price
ntry port of entry CIP price per Delivered Duty Delivered Duty delivered DDP
of (specify port) or item Unpaid (DDU) Paid (DDP) (col 4 x 8)
orig CIP named place (col. 4 x 5)
in (specify border
point or place of
destination)
1. MC Blank 204,000 pcs.
Plates (White)

2. MC Blank 226,000 pcs.


Plates
(with Color
Strip)

3. MC Front 204,000 pcs.


Decal Plates
(White)

4. MC Front 226,000 pcs.


Decal Plates
(with Color
Strip)

5. MC RFID 430,000 pcs.


Stickers

6. Hot Foil 550 rolls


(150mm x
305meters,
Opaque
Black)
7. 100 rolls
Thermal
Transfer
Ribbon for
RFID Printer
(110mm x
450m, Black,
Resin)

TOTAL

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

3
If ADB, JICA and WB funded projects, use IFB.

63
For Goods Offered From Within the Philippines

Name of Bidder . Invitation to Bid4 Number . Page of .

1 2 3 4 5 6 7 8 9 10
Item Description Country Quantity Unit Transportation Sales and Cost of Total Price, Total Price
of origin price and Insurance other taxes Incidental per unit delivered Final
EXW and all other payable if Services, if (col 5+6+7+8) Destination
per costs Contract is applicable, per (col 9) x (col 4)
item incidental to awarded, per item
delivery, per item
item
1. MC Blank 204,000 pcs.
Plates
(White)
2. 226,000 pcs.
MC Blank
Plates
(with Color
3. Strip) 204,000 pcs.

MC Front
Decal Plates
4. (White) 226,000 pcs.

MC Front
Decal Plates
5. (with Color 430,000 pcs.
Strip)

6. MC RFID 550 rolls


Stickers

Hot Foil
(150mm x
305meters,
7. Opaque 100 rolls
Black)

Thermal
Transfer
Ribbon for
RFID Printer
(110mm x
450m, Black,
Resin)

TOTAL

[signature] [in the capacity of]


Duly authorized to sign Bid for and on behalf of ____________________________

4
If ADB, JICA and WB funded projects, use IFB.

64
Contract Agreement Form for the Procurement of Goods (Revised)
[Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the
Notice of Award]
_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of
the other part;

WHEREAS, the Entity invited Bids for certain goods and ancillary services,
particularly [brief description of goods and services] and has accepted a Bid by the Supplier
for the supply of those goods and services in the sum of [contract price in words and figures
in specified currency] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents as required by the 2016 revised Implementing Rules


and Regulations of Republic Act No. 9184 shall be deemed to form and be read
and construed as integral part of this Agreement, viz.:

i. Philippine Bidding Documents (PBDs);


i. Schedule of Requirements;
ii. Technical Specifications;
iii. General and Special Conditions of Contract; and
iv. Supplemental or Bid Bulletins, if any

ii. Winning bidder’s bid, including the Eligibility requirements, Technical


and Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s


bidding envelopes, as annexes, and all other documents submitted (e.g.,
Bidder’s response to request for clarifications on the bid), including
corrections to the bid, if any, resulting from the Procuring Entity’s bid
evaluation;

iii. Performance Security;

iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and

v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the
GPPB that are subsequently required for submission after the
contract execution, such as the Notice to Proceed, Variation Orders,
and Warranty Security, shall likewise form part of the Contract.

65
3. In consideration for the sum of [total contract price in words and figures] or
such other sums as may be ascertained, [Named of the bidder] agrees to [state
the object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.

[Insert Name and Signature] [Insert Name and Signature]

[Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity]

for: for:

[Insert Procuring Entity] [Insert Name of Supplier]

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

66
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of
[Name of Bidder], I have full power and authority to do, execute and perform any and all acts
necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of
the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized
Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the bid, and
to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring
Entity], as shown in the attached [state title of attached document showing proof of authorization
(e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of
Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
government/foreign or international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board, by itself or by relation, membership,
association, affiliation, or controlling interest with another blacklisted person or entity as
defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy
of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring
Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and
the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;

67
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC),
the Technical Working Group, and the BAC Secretariat, the head of the Project Management
Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
[Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the
Project Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance
with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any;
and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any
form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or
abuse of confidence through misappropriating or converting any payment received by a
person or entity under an obligation involving the duty to deliver certain goods or services,
to the prejudice of the public and the government of the Philippines pursuant to Article 315
of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

68
Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY]


[name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,
which amends Clause Error! Reference source not found. of the General Conditions of
Contract to provide for advance payment, [name and address of Supplier] (hereinafter called
the “Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee
its proper and faithful performance under the said Clause of the Contract in an amount of
[amount of guarantee in figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally
and irrevocably to guarantee as primary obligator and not as surety merely, the payment to
the PROCURING ENTITY on its first demand without whatsoever right of objection on our
part and without its first claim to the Supplier, in the amount not exceeding [amount of
guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be made
between the PROCURING ENTITY and the Supplier, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition, or
modification.

This guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

69
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________) 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


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

70
71

You might also like